273
RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development Limited 115, Smart City Cell, Surat Municipal Corporation, Muglisara, Main Road, Surat - 395003, Gujarat. REQUEST FOR PROPOSAL FOR SELECTION OF IMPLEMENTATION AGENCY FOR INTEGRATED COMMAND AND CONTROL CENTER (ICCC) IN SURAT CITY

RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

  • Upload
    others

  • View
    6

  • Download
    0

Embed Size (px)

Citation preview

Page 1: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

RFP No.: SSCDL-ICCC-RFP-01-2019

Last date for Price Bid Submission: 08.04.2019

Invited by Surat Smart City Development Limited 115, Smart City Cell, Surat Municipal Corporation, Muglisara, Main Road, Surat - 395003, Gujarat.

REQUEST FOR PROPOSAL FOR

SELECTION OF IMPLEMENTATION AGENCY FOR

INTEGRATED COMMAND AND CONTROL CENTER (ICCC) IN SURAT CITY

Page 2: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 2 of 273

Table of Contents

Table of Contents .......................................................................... 2

1 Glossary ................................................................................... 8

2 Notice Inviting Bid ................................................................... 9

3 Introduction and Background ............................................... 10

3.1 About Surat ...................................................................................................................10

3.2 About Surat Municipal Corporation ................................................................................10

3.3 About Surat Smart City Development Limited (SSCDL) .................................................11

3.4 Project Background .......................................................................................................11

3.5 Project Objective ...........................................................................................................12

4 Scope of Services for the Project .............................................13

4.1 Components & Services Overview ................................................................................13

4.2 Envisaged Solution Architecture ....................................................................................14

4.3 Surat Network Schematic Diagram ................................................................................17

4.4 Responsibility Matrix ......................................................................................................18

5 Pre-Qualification Criteria ...................................................... 20

5.1 Bidder’s Eligibility Criteria ..............................................................................................20

5.2 OEM’s Eligibility Criteria ................................................................................................23

6 Instructions to Bidder ............................................................ 25

6.1 Purpose of Bid Document ..............................................................................................25

6.2 Proposal Preparation Cost .............................................................................................25

6.3 Online Pre-bid Queries & Pre-bid Conference ...............................................................26

6.4 Amendment of RFP Document ......................................................................................26

6.5 Conflict of Interest..........................................................................................................27

6.6 Consortium Conditions ..................................................................................................27

6.7 Right to amendment of the project scope ......................................................................29

6.8 SSCDL rights to terminate the selection process ...........................................................29

6.9 Right to reject any proposal ...........................................................................................29

6.10 Bid Fee and Earnest Money Deposit (EMD) and amount...............................................30

6.11 Sealing, Marking and Submission of Bids ......................................................................31

6.12 Language of Bids ..........................................................................................................33

6.13 Concessions permissible under statutes ........................................................................34

Page 3: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 3 of 273

6.14 Bid Validity.....................................................................................................................34

6.15 Taxes ............................................................................................................................34

6.16 Firm Prices and Bid Currency ........................................................................................35

6.17 Right to vary the scope of the work at the time of award ................................................35

6.18 Modification or Withdrawal of Bids .................................................................................35

6.19 Evaluation Process ........................................................................................................35

6.20 Opening and evaluation of Pre-Qualification Bid ............................................................35

6.21 Opening and Evaluation of Technical Bid ......................................................................36

6.22 Technical Evaluation Criteria .........................................................................................36

6.23 Opening of Commercial Bid ...........................................................................................40

6.24 Evaluation of Commercial Bids and Selection Method ...................................................40

6.25 Notifications of Award and Signing of Contract ..............................................................40

6.26 Rights to Accept/Reject any or all Proposals .................................................................41

6.27 Quantity Variation ..........................................................................................................41

6.28 Performance Bank Guarantee .......................................................................................41

6.29 Governing Law ..............................................................................................................42

6.30 Failure to agree with the Terms & Conditions of the Bid Document/ Contract ................42

6.31 Terms and Conditions of the Tender .............................................................................43

6.32 Restriction on Transfer of Agreement ............................................................................43

6.33 Subcontracting ..............................................................................................................43

6.34 Safety Regulation, Accident and Damage .....................................................................43

6.35 Ownership and Licenses ...............................................................................................44

7 Service Level Agreements (SLA) ............................................ 45

7.1 Definitions .....................................................................................................................45

7.2 Measurement of SLA .....................................................................................................46

7.3 SLAs..............................................................................................................................46

7.4 Security Breach SLA .....................................................................................................48

7.5 Breach in supply of Onsite Manpower ...........................................................................49

8 Project Milestone and Payment Schedules ............................. 52

8.1 Project Milestone ...........................................................................................................52

8.2 Payment Schedule ........................................................................................................53

9 General Instructions on Preparation of Technical Proposal .. 54

10 Formats for Pre-Qualification Bid ......................................... 56

10.1 Checklist for Pre- Qualification Document .....................................................................56

Page 4: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 4 of 273

10.2 PQ_1: Pre-Qualification and Technical Bid Cover Letter................................................58

10.3 PQ_2: Bidder Information Format ..................................................................................60

10.4 PQ_3: Bidder’s Annual turnover over last 3 financial years ............................................61

10.5 PQ_4: Auditor’s/CA Certificate for turnover for bidder ....................................................63

10.6 PQ_5: Self-Declaration – No Blacklisting .......................................................................64

10.7 PQ_6: Affidavit ..............................................................................................................65

10.8 PQ_7: Details of Experience ..........................................................................................66

10.9 PQ_8: Power of Attorney for Prime Member of Consortium ...........................................68

10.10 PQ_9: Format for Bank Guarantee for Bid Security (Earnest Money Deposit) ...............70

11 Formats for Technical-Qualification Bid ................................ 72

11.1 Checklist for Technical- Qualification Document ............................................................72

11.2 TQ_1: Format for Authorization Letters from OEMs .......................................................73

11.3 TQ_2: Format for Specifying the Make & Model ............................................................74

12 Commercial Bid Format & Instructions ................................. 82

12.1 Cover letter for Commercial Bid .....................................................................................82

12.2 General Instructions ......................................................................................................84

12.3 Commercial Bid Format .................................................................................................86

13 Annexure I: Detailed Scope of Work and Considerations ...... 97

13.1 Inception Phase .............................................................................................................97

13.2 Requirement Phase .......................................................................................................97

13.3 Design Phase ................................................................................................................98

13.4 Development / Implementation Phase ...........................................................................98

13.5 Procurement, Supply, Installation and Commissioning of IT and non IT infrastructure at

ICCC 100

13.6 Site Preparation for Data Center .................................................................................. 101

13.7 Integration and Implementation Phase ........................................................................ 103

13.8 Support for Open Data Platform .................................................................................. 104

13.9 Data Analytics Capability ............................................................................................. 104

13.10 Vendor Management Services..................................................................................... 105

13.11 Testing and Acceptance Criteria .................................................................................. 105

13.12 Go-Live Preparedness and Go-Live ............................................................................ 108

13.13 Training and Capacity Building .................................................................................... 108

13.14 ICCC Infrastructure Provisioning ................................................................................. 109

13.15 Operations and Maintenance for a period of 5 years ................................................... 109

13.15.1 Warranty, ATS and Annual Maintenance Services ............................................ 110

Page 5: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 5 of 273

13.15.2 Systems Administration Services ...................................................................... 112

13.15.3 Provision for Onsite Support ............................................................................. 113

13.15.4 Application Support and Maintenance Support ................................................. 114

13.15.5 Compliance to SLA ........................................................................................... 116

13.16 Project Management and Governance ........................................................................ 117

13.16.1 Project Management Office (PMO) ................................................................... 117

13.16.2 Steering Committee .......................................................................................... 117

13.16.3 Project Monitoring and Reporting ...................................................................... 118

13.16.4 Risk and Issue management ............................................................................. 118

13.16.5 Planning and Scheduling .................................................................................. 118

13.17 Guiding Architecture Principle ..................................................................................... 119

14 Annexure II- Functional requirements of ICCC Application . 131

14.1 Objectives ................................................................................................................... 131

14.2 Functional and Technical Specification for CCC Software ........................................... 131

14.3 Mobile App for Field Staff ............................................................................................ 145

14.4 Integration Required .................................................................................................... 145

14.5 Use cases for ICCC Implementation ............................................................................ 146

14.6 Other Requirements .................................................................................................... 150

15 Annexure III- Technical requirements for ICT Components . 151

15.1 Video Wall Screen ....................................................................................................... 151

15.2 Video Wall Controller (From same Video wall OEM) .................................................... 152

15.3 Video Wall Management Software ............................................................................... 155

15.4 49" Curved Monitor for ICCC Operator ........................................................................ 155

15.5 Workstations for ICCC Operators ................................................................................ 156

15.6 Desktop PC (Dell/HP/Lenovo) ..................................................................................... 158

15.7 Office Productivity suite ............................................................................................... 160

15.8 Monochrome Printer .................................................................................................... 160

15.9 MFP I (Network B/W MFP for Offices in ICCC) ............................................................ 161

15.10 MFP II (Heavy Duty) .................................................................................................... 162

15.11 Projector-1 (6000 lumens) ........................................................................................... 163

15.12 Projector-2 (3000 lumens) ........................................................................................... 165

15.13 Projector Screen 1 (200 Inch size) ............................................................................... 165

15.14 Projector Screen 2 (100 Inch size) ............................................................................... 166

15.15 55” LED Display Screen .............................................................................................. 166

15.16 Indoor Wifi Access Points (AP) .................................................................................... 167

Page 6: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 6 of 273

15.17 8 ports Web Managed PoE+ Switch ............................................................................ 169

15.18 24 ports Web Managed PoE+ Switch .......................................................................... 171

15.19 24 ports Web Managed Switch .................................................................................... 173

15.20 48 ports Web Managed Switch .................................................................................... 175

15.21 10G SFP+ LX Transceiver Module for 8 Port PoE+/24 Port PoE+/24 Port/48 Port Web

Managed Switches ................................................................................................................. 177

15.22 DC Core Switch ........................................................................................................... 177

15.23 10G BASE-T RJ-45 Copper Transceiver Module for DC Core Switch.......................... 181

15.24 10 G SFP+ LX transceiver module for DC Core Switch ............................................... 181

15.25 40G QSFP+LX transceiver Module for DC Core Switch .............................................. 182

15.26 DC Aggregation Switch ............................................................................................... 182

15.27 10G BASE-T RJ-45 Copper Transceiver Module for DC Aggregation Switch .............. 186

15.28 10G SFP+ LX Transceiver Module for DC Aggregation Switch .................................... 187

15.29 40G QSFP+ LX Transceiver Module for DC Aggregation Switch ................................. 187

15.30 DC Application & Delivery Controller with Global Server Load Balancing. ................... 187

15.31 Wireless LAN Controller for Indoor Wifi Access Point .................................................. 189

15.32 Servers for SMC Application Requirements ................................................................. 191

15.33 Servers for ICCC Requirements .................................................................................. 192

15.34 Storage ........................................................................................................................ 194

15.35 42U Rack .................................................................................................................... 200

15.36 Enterprise Security & Antivirus Software License for Server ........................................ 207

15.37 Call Center Management Solution ............................................................................... 207

15.38 IP KVM with 17" Rack LED/LCD and USB VM Server Module Bundle ........................ 214

16 Annexure IV- Scope & requirements for Data Center & other

Components .............................................................................. 215

16.1 Painting ....................................................................................................................... 219

16.2 PVC Conduit ................................................................................................................ 220

16.3 Wiring .......................................................................................................................... 221

16.4 Cable Work.................................................................................................................. 222

16.5 Earthing ....................................................................................................................... 223

16.6 Fire Detection and Alarm System ................................................................................ 224

16.7 Aspirating Smoke Detector System ............................................................................. 225

16.8 Water leak detection System ....................................................................................... 228

16.9 Access Control System ............................................................................................... 230

16.10 Rodent Repellent ......................................................................................................... 230

Page 7: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 7 of 273

16.11 Fire Suppression System ............................................................................................. 231

16.12 Precision Air Conditioning ............................................................................................ 236

16.13 Datacentre Management System / Building Control System ........................................ 240

17 Annexure V- Common guidelines regarding compliance of

systems/equipment .................................................................. 242

18 Annexure VI- Approved List of Banks .................................. 244

19 Annexure VII- Master Service Agreement ............................ 245

20 Annexure VIII - Format for Performance Bank Guarantee ... 271

Page 8: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 8 of 273

1 Glossary

Terms Meaning

AMC Annual Maintenance Contract

AP Access Points

BOM Bill of Material

CEO Chief Executive Officer

DC Data Center

DD Demand Draft

DR Disaster Recovery

EMD Earnest Money Deposit

FRS Functional Requirement Specifications

GIS Geographical Information System

GPS Global Position System

ICCC Integrated Command Control Center

ICT Information and Communication Technology

INR Indian Rupee

LoI Letter of Intent

MFP Multi-Functional Printer

OEM Original Equipment Manufacture

O&M Operations and Maintenance

PBG Performance Bank Guarantee

POE Power over Ethernet

PQ Pre-Qualification

RFP Request for Proposal

RO Request Order

SAN Storage Area Network

SI System Integrator

SLA Service Level Agreement

SMC Surat Municipal Corporation

SOP Standard Operating Procedures

SRS Software Requirement Specifications

SSCDL Surat Smart City Development Limited

TQ Technical Qualification

UAT User Acceptance Testing

VM Virtual Machine

Page 9: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 9 of 273

2 Notice Inviting Bid

Surat Smart City Development Limited (SSCDL)

115, Smart City Cell, Surat Municipal Corporation - Head Quarter,

Muglisara, Main Road, Surat - 395003, Gujarat.

Notice for Inviting RFP for

“Selection of Implementing Agency for

Integrated Command Control Center(ICCC) in Surat”

[RFP No.: SSCDL-ICCC-RFP-01-2019]

Bid for Implementation of ICCC Project is invited online on https://smc.nprocure.com from the bidder meeting the basic eligibility criteria as stated in the bid document.

Bid Fee (Non-refundable) Rs.20,160 [Rs. 18,000 + 12% GST] by Demand Draft or Banker’s Cheque

EMD Amount EMD of Rs. 25,00,000 whereby 50% amount shall be in the form of Demand Draft / Banker’s Cheque in favour of “Surat Smart City Development Limited”, from a list of approved banks as per the format given in this Bid Document, in favour of Surat Smart City Development Ltd. with validity of 180 days from the date of Bid opening.

Last date to submit the Pre Bid Queries

By email to [email protected] on or before 25.03.2019, 16:00 hrs

Pre-bid Conference On 28.03.2019 at 12:00 noon

2nd Floor, Room No. 88, Conference Hall, Muglisara, Surat

Online Price Bid End Date Till 08.04.2019 up to 18:00 hrs.

Technical Bid Submission (in Hard Copy) along with EMD & Bid fee

In sealed envelope strictly by RPAD/Postal Speed Post On or before 12.04.2019 up to 18:00 hrs. To the Chief Accounts, Surat Municipal Corporation, Muglisara, Surat – 395003, Gujarat by RPAD or Speed Post Only.

RFP Document Availability https://smc.nprocure.com, http://suratsmartcity.com/Tenders,

The right to accept/reject any or all bid(s) received is reserved without assigning any reason thereof.

CEO

Surat Smart City Development Ltd

Page 10: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 10 of 273

3 Introduction and Background

3.1 About Surat

Surat is located in western part of India in the state of Gujarat, Surat is referred as the silk city and

the diamond city. It has the most vibrant present and an equally varied heritage of the past. Surat

is also known as economic capital of Gujarat and is having one of the highest growth rates amongst

Asian cities. As per the Census 2011, it is the eighth largest city in the country with population of

4.48 million population. On the scale of population growth, Surat is the fastest growing city in Asia

and holds 4th rank in the world. On the economic front, Surat holds top position with highest per

house-hold income in the country

Surat has been selected at 4th position as one of the twenty Indian cities (in the first

round of selection) to be developed as a smart city under Smart Cities Mission.

3.2 About Surat Municipal Corporation

The Surat Municipal Corporation (SMC) has responded to the challenges of fastest population

growth and high speed economic development by adopting the best urban management practices.

The administration of SMC with the help of the people and elected members of the city has

transformed Surat to one of the cleanest cities of India. SMC has taken all necessary steps to make

the city a better place to live with all amenities. SMC has taken up many path breaking initiatives

and these efforts have been acknowledged at national and international level.

Utilization of Information Technology (e-Governance)

SMC had harnessed the power of IT before it became ubiquitous and a necessity for organizations

of its nature and size. SMC is one of the few local self-government to adopt computerization in its

early phases and use it for better governance, improving operational efficiency and increasing ease

of interaction with citizens. SMC has initiated various e-Governance and m-Governance projects.

The same have been recognized at national/international level. Following is the list of awards

received in recent past:

1. Express IT Award 2015 (Bronze) For SMC Mobile App

2. Vodafone – Mobile for Good Award 2014 to Citizen’s Connect – SMC Mobile App

3. Skoch Order-of-Merit to Citizen’s Connect – SMC Mobile App

4. mBillionth Award South Asia 2014 to Citizen’s Connect – SMC Mobile App

5. HUDCO Award for Best Practices to Improve the Living Environment 2013-14 for Mobile App

& Virtual Civic Center (Online Services)

6. Skoch Gold Award & Order-of-Merit for Use of e-Governance for Improved Service Delivery

7. The Janaagraha G2C Award 2012 for Best website under the category “Transparency and

Accountability”

8. City Civic Centre won the National Award for e-Governance 2007-08 (Bronze) for Outstanding

Performance in Citizen Centric Service Delivery

9. Golden Jubilee Memorial Trust Awards 2007-08 for Outstanding Utilisation of Communication

& Information Technology from Southern Gujarat Chamber of Commerce

10. The Grievance Redressal System awarded the Best Practice Award by CMAG & FIRE[D]

11. Certificate of Merit by NIUA – FIRE(D) for the best website in the year 2001

Page 11: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 11 of 273

3.3 About Surat Smart City Development Limited (SSCDL)

As per the GoI guidelines, Surat Municipal Corporation has formed a separate Special Purpose

Vehicle (SPV) as Surat Smart City Development Ltd. (SSCDL) for the implementation of projects

under the smart city mission for the city of Surat. This SPV shall carry end to end responsibility for

vendor selection, implementation and operationalization of various smart city projects

3.4 Project Background

The key objective of this project is to build IT infrastructure for Command & Control Centre and

aggregate IT asset which is being utilized at different location across Surat city to monitor different

services of Surat Municipal Corporation at central location. The infrastructure shall be robust &

scalable to integrate new services to be monitored in future as & when required.

The authority aims to develop the robust system whereby inputs from different functional

departments such as transport, water, drainage, emergency, IT, Health etc. can be assimilated and

analysed on a single platform which will result in aggregated city level information. Further this

aggregate city level information can be converted to actionable intelligence, which would be

propagated to relevant stakeholders and citizens for informed decisions. Following are the

indicators that shall be achieved:

Better management of utilities and quantification of services

Disaster Management and Emergency Response System

Efficient traffic management

Enhanced safety and security

Asset Management

Civic Services Management

Integration with existing control centres (SMAC Centre) in the city and other services (with

provisions for future scalability)

- CCTV System (Surat Safe City) and Control Room at Police HQ

- Suman Eye Project

- Water SCADA Project

- ERP Project

- GIS Project

- ITCS Project

- ITMS Project

- AFCS Project

- Public Wi-Fi and Smart Poles project

- Solid Waste Management

- Environmental Sensors

- City wide Connectivity etc.

SSCDL intends to select a System Integrator (SI) by following competitive bidding process to

design, develop, implement and maintain the Integrated Control and Command Centre (ICCC) for

a period of 5 (five) years after Go Live. This document contains the following details:

Scope of work that will be assigned to the SI as part of this project

Other terms and conditions of the envisaged Smart City by SSCDL.

Page 12: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 12 of 273

This document provides a high-level overview of the technology approach for ICCC and in-depth

details of the functional roles of system components, and the interactions between roles, to achieve

an end-to-end system design. The ICCC will be a central hub for city management. The ICCC will

be helpful in managing the Surat Smart City Operations and emergency response. The hosting of

all applications and database will be done at in premise Data Centre proposed at

ICCC. Integrated Building management system will be implemented separately

through different tender in the ICCC building for managing and monitoring building

utilities, access, security etc.

3.5 Project Objective

The key objective for the project is defined as below:

“Single source of truth” for all city’s civic and transport functions

Platform with the ability to receive, intelligently correlate & share information to better predict outcomes

Act as City’s emergency and disaster management platform

Ability to integrate multiple text, voice, data, video and smart sensors communication interfaces

Ability to integrate and correlate online and offline interactions

Capabilities to support GIS based incidents visualization

Intelligent and Intuitive work-flow management

The above objectives can be categorised

under below four heads:

1. Enabled Integrated Operations

2. Informed Decision Making

3. Real time Data Analysis

4. Being more proactive and less reactive

Page 13: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 13 of 273

4 Scope of Services for the Project

4.1 Components & Services Overview

The SI should ensure the successful implementation of the proposed “ICCC solution consisting of

IT hardware and software infrastructure and ancillary work” as per the scope of services described

below. The SI’s scope of work shall include but will not be limited to the following broad areas. The

SI will be required to provide services and scope of work as detailed in this RFP document and

further detailed in Annexure I.

1. Assessment, Scoping and Feasibility Study: Conduct a detailed assessment, scoping

study and develop a comprehensive project plan, including:

Conduct feasibility study for finalization of detailed technical architecture, gap analysis and

project plan

Conduct site surveys to identify need for site preparation activities, if any

Obtain site Clearance obligations & other relevant permissions, if any

2. Provisioning Hardware and Software Infrastructure: SI shall be responsible for

supply, installation, testing and commissioning of the the following systems and components:

Implementation and configuration of ICCC platform

Integration of various transit and non-transit civic services on different platform running at

different location across Surat City on single platform

Provisioning of Command center infrastructure including operator video walls,

workstations, controllers, etc.

Video Conferencing System

Design and civil site work for Data Center

Passive Infrastructure for Data Centre including additional IT hardware required to

collocate the services and interoperability of systems.

Workstations, , printer etc. for operators & SMC/SSCDL staff

Call center solution

Internal LAN infrastructure within ICCC premises for data communication

Visual Display boards and interactive screens/kiosks inside ICCC premises

Support in migration of various existing Data Center and Control Center at ICCC

Provision of Manpower as per the RFP requirements

Facility Management System & establishment of IT help desk

3. Forward and backward integration (in terms of functions - components, applications,

devices, geographical coverage and volume) with all smart city components across the layers

defined in the overall solution architecture. Such forward or backward integration could take

place at any of the layers defined in the over architecture viz. sensor and actuator layer, network

layer, data centre layer, application layer, integration layer, service delivery layer, command

centre layer, visualization layer and security layer.

Page 14: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 14 of 273

4. Capacity Building for SSCDL/SMC which includes preparation of operational manuals,

training documents and capacity building support, including:

Training of the city authorities and operators on operationalization of the system

Support during execution of acceptance testing

Preparation and implementation of the information security policy, including policies on

backup and redundancy plan

Preparation of revised KPIs for performance monitoring of various urban services

monitored through the system envisaged to be implemented

Developing standard operating procedures for operations management and other services

to be rendered by ICCC

Preparation of system documents, user manuals, performance manuals, etc.

5. Warranty and Annual Maintenance which includes periodic maintenance services for the

software, hardware and other IT infrastructure installed as part of ICCC project for a period of

5 years i.e. 3 year warranty and 2 years of Comprehensive Annual Maintenance Contract

(CAMC), and conducting periodic audits of the project from a third party, if required or

instructed by SSCDL.

It is to be noted, any functionality not expressly stated in this document but required to meet the

needs of the SSCDL to ensure successful operations of the system shall essentially be under the

scope of the SI and for that no extra charges shall be admissible.

4.2 Envisaged Solution Architecture

It is envisaged that the proposed ICCC Solution will be based on the following solution architecture.

Page 15: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 15 of 273

1. Data Acquisition Layer

The Data Acquisition Layer will consume real time data from sensors devices, data sources, static

and real time data feeds from different applications, systems and databases etc. for air and water

quality monitoring, ambient light sensors for street light management, metering devices, location

based devices, surveillance and safety cameras, sensors for disaster detection, level sensors for solid

waste management etc. The layer will collect data from sensors or process the same to generate

information from the data collected and aggregated through its various components to generate

alerts, or it can connect to COTS and bespoke applications so that alerts generated by the

COTS/bespoke application/systems. This layer will enable other components of ICCC to aggregate,

consume and process the data for deriving information. Various Sensors and IOTs devices have

been already procured and currently functional through different projects.

2. Network & Data Center Layer

The secured network layer will serve as the backbone for the project and provide connectivity to

gather data from sensors and communicate messages to display devices and actuators. The network

layer will be scalable such that additional sensors, actuators, display devices can be seamlessly

added in future. Provisioning of connectivity and bandwidth will not be under the scope of the

bidder.

The data center layer will house centralized computing power required to store, process and analyze

the data to decipher actionable information. This layer includes servers, storage, ancillary network

Page 16: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 16 of 273

equipment elements, security devices and corresponding management tools. Similar to the network

layer, it will be scalable to cater to the increasing computing and storage needs in future. SI is

required to provision necessary IT infrastructure along with provisioning of passive and active

equipments and preparation of Data Center within the ICCC. SI is also responsible to support in

migration activity of data center housed at Maan Darwaja and Muglisara.

3. Data Aggregation and Analytics Layer

The Data Aggregation and Analytics Layer is responsible for deriving information and intelligence from data captured from various data sources through data acquisition layer. Data Aggregation and Analysis comprises of components for extraction and transformation of data from different systems, data sources and different data formats. For example Health records are captured from Hospital Management System, traffic information is captured from Adaptive Traffic Management System and Ambulance could be tracked using Vehicle Tracking system in different formats. ICCC Data aggregation and Analysis Layer is able to process the information and allows users to use information from different systems as per requirements. Data Analytics components will be used to perform data churning to derive intelligence from different data sets across the domain. This intelligence can then be used for exception handling and visualization in different scenarios through various analysis using ICCC components or third party tools/applications:

a) Predictive Analytics b) Diagnostic Analytics c) Prescriptive Analytics d) Sentiment Analytics e) Video Analytics

This layer enables ICCC to derive intelligence from the information collected from Data Acquisition and Collection Layer. 4. Business Logic Application Layer

Business Logic Application Layer will be the core application engine of the ICCC platform which help end user to design and configure standard operating procedure, manage external and internal trigger, policy implementation, and handling complex events. Application layer will also help ICCC to handle events in real time complimenting it with intelligence and information from various systems. Application layer will also manage the response in different situations as per configured business logic. It will help in configuring or automating the operations in different scenarios, for e.g.:

a) Defining and configuring Event b) Defining and configuring External/ Internal Trigger c) Defining and configuring Event Response d) Defining and configuring responsibility matrix e) Defining and configuring incidents and change requests f) Defining and configuring user access and authorization g) Defining and configuring access policy of field assets

Application layer at ICCC will allow to communicate with different systems. This layers will enable ICCC to handle the events to make real time decisions as per the configured protocol. 5. Command and Control layer

Command and Control layer of ICCC will be responsible for managing

Page 17: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 17 of 273

a) Communication with Stakeholders b) Device Control (asset, access and authorization) c) User Interface and Visualization d) Complex Real Time Event Handling

e) Service Management The command and control layer will house the action oriented SOP’s, incident response dispatches and management systems (rules engines, diagnostics systems, control systems, messaging system, events handling system), and reporting / dashboard system to provide actionable information to city administrators and citizens. It will be flexible to accept inputs from various downstream applications and sensors as and when the system get introduced.

6. Security Layer

As ambient conditions, actuators and display devices will be connected through a network, security

of the entire system becomes of paramount significance. This layer includes:

Infrastructure security- including policies for identity and information security policies

Identity and Access Management – including user authentication, authorization, SSL & Digital

Signatures

Application security- Adoption of Technical Standards for Interoperability Framework and

other standards published by GoI for various eGovernance applications

End device security, including physical security of all end devices at command center.

The ICCC shall have necessary provisions in place for the respective components to ensure security

and avoid exploitation any vulnerability.

4.3 Surat Network Schematic Diagram

The below diagram illustrate the network diagram for ICCC. All items including interconnects in

orange colour are under scope of selected bidder under this RFP, the selected bidder will have to

co-ordinate and integrate with all item in black colour. Selected bidder will be solely responsible

for successful integration of all components.

Page 18: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 18 of 273

4.4 Responsibility Matrix

# Key Activities Successful

Bidder

SMC/ SSCDL

Existing ICT

Vendors at

SMC/ SSCDL

Project Inception Phase

1 Project Kick Off R/A C

I

2 Deployment of manpower R/A C

I

Requirement Phase

3 Assess the requirement of IT

Infrastructure and Non IT

Infrastructure

R/A C

C

4 Assess the connectivity

requirement in ICCC Building

R/A

C

C/I

5 Assessment the Network laying

requirement (Internal LAN)

R/A C

C

Design Phase

6 Creation of Detail Drawing R/A C

I

7 Development of test cases

(Unit, System Integration and

User Acceptance)

R/A C

I

Page 19: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 19 of 273

# Key Activities Successful

Bidder

SMC/ SSCDL

Existing ICT

Vendors at

SMC/ SSCDL

8 Preparation of final bill of

quantity and material

R/A C

I

Development Phase

9 Helpdesk setup R/A C

C/I

10 Physical Infrastructure setup R/A C

I

11 IT and Non IT Infrastructure

Installation

R/A C

I

12 Development, Testing and

Production environment setup

R/A C

I

13 Integration with Third party

services/application (if any)

R/A C

I

14 Unit and User Acceptance

Testing

R/A C

I

15 Implementation of Solutions R/A C

I

16 Preparation of User Manuals,

training curriculum and

training materials

R/A C

I

17 Role based training(s) on the

Command Center Software

R/A C

I

18 Migration of exiting IT/Non IT

infrastructure at ICCC

R C

R/A

Go-Live

19 Go Live R/A C

I

Operation and Maintenance

20 Operation and Maintenance of

IT, Non IT infrastructure and

Applications as mentioned in

this RFP

R/A C

I

21 SLA and Performance

Monitoring for scope

mentioned in this RFP

R/A C

I

22 Logging, tracking and

resolution of issues.

R/A C

I

23 Patch & Version Updates R/A C

I

24 Helpdesk services for all

services

R/A C

I

R: Responsible; A: Accountable; C: Consulted; I: Informed

Page 20: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 20 of 273

5 Pre-Qualification Criteria

5.1 Bidder’s Eligibility Criteria

The bidder must possess the requisite experience, strength and capabilities in providing

services necessary to meet the requirements as described in the RFP document. Keeping

in view the complexity and volume of the work involved, following criteria are prescribed

as the eligibility criteria for the bidder interested in undertaking the project. The bidder must

also possess technical know-how and financial ability that would be required to successfully

provide System Integration, Operation and Maintenance services sought by SMC/SSCDL

for the entire contract duration. The bids must be complete in all respect and should cover

entire scope of work as stipulated in the bid document. This invitation to bid is open to all

bidders who qualify the eligibility criteria as given below:

The Pre-Qualification Criteria for the selection of the vendor or consortium are given below. In case

of Consortium, please refer the section 6.6

Note: For evaluation following definition is considered

The total Project value shall be considered as Capex Cost + Opex Cost

OEM experience will not be considered for Pre-Qualification Criteria and Technical

Evaluation.

Integrated Command & Control Centre (ICCC): ICCC Project is defined as those project where in CCC components like Command Centre Application, Management (Video wall) room, Contact center/helpdesk, etc. are implemented. ICCC Application at such installation should not only be a viewing platform but should be used for SOP creation and triggering for specific event/incident.

In case of Consortium only 2 partners are allowed including Prime Bidder. For more details on

Consortium please refer to the section 6.6

# Eligibility Criteria Proof Document

Required Applicable

to Sole Bidder

Applicable to Consortium

1. The Prime Bidder / Sole Bidder

should be registered under the

Companies Act 1956 and

should be in operation in India

for a period of at least 5 years as

on publication of bid.

In case of Consortium, the

Consortium Partner should be

registered under the

Companies Act 1956 Or a

partnership firm registered

under LLP Act, 2008 or

partnership firm registered

Copy of certification of

incorporation issued by

competent authority/

Registration Certificate

Yes Yes

Page 21: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 21 of 273

# Eligibility Criteria Proof Document

Required Applicable

to Sole Bidder

Applicable to Consortium

under Indian Partnership Act

1932

2. Bidder/ Primer Bidder should

have a minimum average

annual turnover of Rs. 100

crore from ICT based business

for last three financial years i.e.

FY 2017-18,FY 2016-17, 2015-

16

In case of Consortium,

Consortium Partner should

have a minimum average

annual turnover of Rs. 25

crore from ICT business for

last three financial years i.e. FY

2017-18,FY 2016-17, 2015-16

The copies of Audited Annual

Accounts for last three years to

be submitted along with the bid

[Financial Years of 2015-16,

2016-17 and 2017-18].

Copy of the Audited Profit

and Loss statement and

statutory auditor / CA

certificate from a

regarding turnover.

The certificate should be

originally signed or

notarized.

Yes Yes

3. Bidder/ Consortium should

have a positive net worth as on

31st March 2018

Certificate from the

statutory auditor / CA

towards positive net worth

of the company. The

certificate should be

originally signed or

notarized

Yes Yes (All Members of Consortium)

4. Sole Bidder / Prime Bidder (in

case of consortium) should

have an experience in

implementation of Integrated

Command & Control Centre

(ICCC) / Network Operations

Centre (NOC) in India in last 7

years from the date of

publishing this RFP

One project costing not less than the amount equal to INR

Copy of completion

certificate issued by

client

In case of an ongoing

project, the project

must have achieved the

respective value in

terms of entire project

cost and ICCC

application & Video

Wall Solution

Yes Yes (Prime Bidder in case

of Consortium)

Page 22: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 22 of 273

# Eligibility Criteria Proof Document

Required Applicable

to Sole Bidder

Applicable to Consortium

20 Cr. with ICCC application and video wall solution component worth minimum INR 5 Cr. OR

Two projects costing not less than the amount equal to INR 12 Cr. each with ICCC application and video wall solution component worth minimum INR 3 Cr.

OR

Three projects costing not less than the amount equal to INR 10 Cr. each with ICCC application and video wall solution component worth minimum INR 2.5 Cr.

component

respectively from

financial perspective.

The Certificate to this

effect from the client on

client’s letter head to be

provided.

Copy of Work order /

Contract

5. In case of consortium, the

consortium partner should

have completed at least one

project pertaining to setting up

of Datacenter in last 7 years as

on Bid Submission date of

value not less than INR 5 Crore

in India.

Note: In-house projects for

own or group companies shall

not be considered for above

criteria.

1. Copy of completion

certificate issued by

client

2. Copy of Work order /

Contract

No Yes (Consortium Partner)

6. Bidder should be registered for GST number in India.

GST Registration

Certificate

PAN Card

Yes Yes (All Members of Consortium)

7. Bidder should not be blacklisted or debarred by any Government / PSU in India at the time of submission of the bid.

Declaration letter by bidder as per format given in the RFP document

Yes Yes (All Members of Consortium)

Page 23: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 23 of 273

5.2 OEM’s Eligibility Criteria

To be considered qualified for evaluation of Technical Proposal, the respective OEM must meet the

below mentioned OEM eligibility criteria:

# Selection criteria for the OEM Proof Document Required

A Active Network Equipment (Network Switches)

1. OEM must be listed in Leader’s Quadrant of the latest Gartner Magic Quadrant for Wired and Wireless LAN Access Infrastructure.

Latest and relevant report from Gartner to be submitted clearly showing presence of the OEM.

2. Commitment to Support

The OEM should commit to support the product proposed in the scope of this RFP for at least five (5) years.

End of support date should not have been announced for the product proposed.

OEM self-certification as per Section-TQ_8 indicating the commitment to support along with product roadmap

B Server

1. OEM must be listed in Leader’s Quadrant of the latest Gartner Magic Quadrant for Modular Servers

Latest and relevant report from Gartner to be submitted clearly showing presence of the OEM.

2. Commitment to Support

The OEM should commit to support the product proposed in the scope of this RFP for at least five (5) years.

End of support date should not have been announced for the product proposed.

OEM self-certification as per Section-TQ_8 indicating the commitment to support along with product roadmap

C Storage

1 OEM must be listed in Leader’s Quadrant of the latest Gartner Magic Quadrant for General-Purpose Disk Arrays

Latest and relevant report from Gartner to be submitted clearly showing presence of the OEM.

2 Commitment to Support

The OEM should commit to support the product proposed in the scope of this RFP for at least five (5) years.

End of support date should not have been announced for the product proposed.

D ICCC OEM

1 ICCC OEM Solution should be deployed in at least 3 locations globally of which minimum 1 deployment within India covering at least 3 domains (with minimum 1 use case per domain) from below:

1. Adaptive/Intelligent Traffic Control System 2. Intelligent Transit Management System 3. Water Supply 4. Drainage 5. Solid Waste Management

1. Work order of projects for supply of ICCC Solution

2. Any client document that clearly specifies the use cases implemented as part of solution.

Page 24: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 24 of 273

# Selection criteria for the OEM Proof Document Required

6. Grievance Redressal System 7. CCTV Network 8. Smart Street Lighting 9. Revenue Collection Systems (Property Tax,

Water Meter Billing, etc.) 10. Project Management System 11. Network monitoring for large scale WiFi service

/ dedicated OFC network 12. Smart Parking

E Enterprise Security Solution for Servers

1 OEM must be listed in Leader’s Quadrant of the latest Gartner Magic Quadrant for Endpoint Protection Platforms

Latest and relevant report from Gartner to be submitted clearly showing presence of the OEM

Page 25: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 25 of 273

6 Instructions to Bidder

1. Bidders are advised to study all instructions, forms, terms, requirements and other information

in the Bid Documents carefully.

2. Submission of bid shall be deemed to have been done after careful study and examination of the

Bid Document with full understanding of its implications.

3. The response to this Bid Document should be full and complete in all respects. Failure to furnish

all information required by the Bid Documents or submission of a proposal not substantially

responsive to the Bid Documents in every respect will be at the bidder’s risk and may result in

rejection of its Proposal.

4. Additionally, proposals of only those Bidders who satisfy the Conditions of Eligibility, stated

herein, will be considered for evaluation by SSCDL.

6.1 Purpose of Bid Document

1. The purpose of this tender is to select an Implementing Agency for Integrated Command and

Control Center (ICCC) in Surat City. This document provides information to enable the bidders

to understand the broad requirements to submit their ‘Bids’.

2. In case a bidding firm possesses the requisite experience and capabilities required for

undertaking the work, it may participate in the selection process either individually (the “Sole

Firm”) or as lead member of a consortium of firms (the “Prime Bidder”) in response to this

invitation. The term “Bidder” means the Sole Firm or the Prime Bidder, as the case may be.

3. The manner in which the Proposal is required to be submitted, evaluated and accepted is

explained in this RFP. The detailed scope of work is provided in this RFP document.

4. The bidder shall be required to submit their bid in three parts –

i. Pre-Qualification Bid (Basic Eligibility Criteria as per Section 5)

ii. Technical Bid (Technical Compliance in line with instructions in Section 6.22 and 11)

iii. Commercial Bid (in line with instructions in Section 12).

6.2 Proposal Preparation Cost

1. The bidder is responsible for all costs incurred in connection with participation in this process,

including, but not limited to, costs incurred in conduct of informative and other diligence

activities, participation in meetings/discussions/presentations, preparation of proposal, in

providing any additional information required by SSCDL to facilitate the evaluation process,

and in negotiating a definitive Contract or all such activities related to the bid process. The

department will in no case be responsible or liable for those costs, regardless of the conduct or

outcome of the bidding process.

Page 26: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 26 of 273

2. This Bid Document does not commit the SSCDL to award a contract or to engage in

negotiations. Further, no reimbursable cost may be incurred in anticipation of award. All

materials submitted by the Bidder shall become the property of SSCDL/ SMC and may be

returned at its sole discretion.

6.3 Online Pre-bid Queries & Pre-bid Conference

1. A prospective Bidder requiring any clarification on the RFP Document may submit his queries,

via email, to the following e-mail id on or before 25.03.2019 up to 16:00 am. Email Id for

submission of queries: [email protected]

2. The queries should necessarily be submitted in the following format:

Bidders Request for Clarification

Name and Address of the

Organization submitting

request

Name and Position

of Person

submitting request

Contact Details of the

Organization / Authorized

Representative

Tel:

Mobile:

Fax:

Email:

S # RFP Document

Reference (Section

No., Page No.)

Content of the RFP

requiring

clarification

Clarification Sought

1

3. Queries submitted post the above mentioned deadline or which do not adhere to the above

mentioned format may not be considered.

4. The Pre-bid conference shall be conducted on On 28.03.2019 at 12:00 noon at below mentioned

venue:

Surat Municipal Corporation,

2nd Floor, Room No. 88, Conference Hall,

Muglisara, Surat.

6.4 Amendment of RFP Document

1. At any time before the deadline for submission of bids, the SSCDL, may, for any reason, whether

at its own initiative or in response to a clarification requested by a prospective Bidder, modify

the RFP Document by an amendment.

2. The bidders are advised to visit the http://suratsmartcity.com/Tenders and

https://smc.nprocure.com on regular basis for checking necessary updates. SSCDL also

reserves the rights to amend the dates mentioned in this RFP for bid process

Page 27: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 27 of 273

3. In order to afford prospective Bidders reasonable time in which to take the amendment into

account in preparing their bids, the SSCDL may, at its discretion, extend the last date for the

receipt of Bids.

6.5 Conflict of Interest

1. A “Conflict of Interest” is any situation that might cause an impartial observer to reasonably

question whether Bidder actions are influenced by considerations of your firm’s interest at the

cost of Government. Bidders shall not have a conflict of interest that may affect the Selection

Process or the scope (the “Conflict of Interest”). Any Bidder found to have a Conflict of Interest

shall be disqualified.

2. SSCDL requires that the Bidder provides professional, objective, and impartial advice and at all

times hold the SSCDL’s interests paramount, avoid conflicts with other assignments or its own

interests, and act without any consideration for future work.

6.6 Consortium Conditions

1. The number of consortium members cannot exceed two, including the Prime Bidder.

2. The primary responsibility of implementation of ICCC Solution and use cases will lie with the

Primer Bidder in case of consortium.

3. A Bidder applying individually or as consortium member shall not be entitled to submit another

application either individually or as a member of any other consortium, as the case may be.

4. Consortium members must provide a Memorandum of Understanding (MoU) covering above

points and showing their intention to enter into such an Agreement at the time of bidding along

with Pre-Qualification Bid.

5. A Bidding Consortium is required to nominate a Prime Member. The formation of the

consortium including identification of Prime member and role and responsibilities of each

member shall be supported by Memorandum of Agreement and Power of Attorney signed by all

the members on a stamp paper of INR 100/-.

6. The successful bidder (SI) shall be required to enter into agreement with all member of

Consortium Members specifying following points in the Agreement. These points shall also be

captured in MoU

Identity Prime Member and Power of Attorney in favor of Prime Member.

Roles and responsibilities of each consortium partner, the identification of the lead partner,

and providing for joint and several liability for each partner.

All consortium members would be available throughout the Contract Period.

Each member of the Consortium shall be jointly and severally liable for the due

implementation and comprehensive onsite warranty support of the Project.

Page 28: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 28 of 273

The role and responsibility of any member must be commensurate with the

technical/financial capabilities that such member is contributing towards meeting the

qualification criteria. Each consortium member is liable to contribute resources in terms of

knowledge, skills and trained manpower commensurate with its role and responsibilities

during the Contract Period.

The Consortium Agreement must also state that the period of the Agreement would

coincide with the Contract period. Consortium must continue to be in existence during the

period of the contract and that any change will be subject to approval of the Authority

(SSCDL) only.

The final contract between the consortium members (The Consortium Contract) would be

available for legal vetting and open to suggestions by the SSCDL. SSCDL will suggest

binding corrections if it finds that such contract does not meet its requirements and

interests as per the Tender in letter and spirit.

The Agreement should be on stamp paper and notarized. The signatories must be duly

authorized.

Any modification in roles and responsibilities between consortium members during

Contract Period shall be allowed only after approval from SSCDL. Any changes and

deviation of roles and responsibilities of consortium members during the execution, and

comprehensive onsite warranty support of this Project without prior approval of Authority

shall be viewed seriously by the SSCDL as it can affect an important public service. Such

unilateral action by the SI shall entitle SSCDL to take appropriate action including

considering it an Event of Default under this Contract leading to consequences including

termination with appropriate notice.

Any Dispute arising during Contract Period between the Consortium Member shall be

resolved amicably without adversely impacting Project Implementation and Operation. If

in SSCDL’s opinion, Dispute between Consortium members adversely impacting

implementation and operation of the Project then Authority may its sole discretion in the

interest of the Project (a) Terminate the Contract after due process and/or (2) Provide a

binding solution.

In case SSCDL Intends to proceed for Termination on account of SI Event of Defect and /or

unresolved disputes between the Consortium Members, both the Consortium Members

shall be jointly and severally liable for Implementation and comprehensive onsite warranty

support of project at Agreed prices and payment terms specified in this Tender till

Authority or any new agency appointed by it takes over the Project

SSCDL reserves the right to reject the Bid in case of change in the constitution of the

consortium after the submission of Bid and before the execution of the Agreement.

Page 29: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 29 of 273

6.7 Right to amendment of the project scope

1. SSCDL retains the right to amend the scope of work or amend the program for service delivery

at any time and without assigning any reason. SSCDL makes no commitments, express or

implied, that the full scope of work as described in this RFP will be commissioned.

2. The bidder’s technical and commercial proposals received in this process may result in SSCDL

selecting to engage with the bidders’ in further discussions and negotiations toward execution

of a contract including finalization of the scope elements. The commencement of such

negotiations does not, however, signify a commitment by the SSCDL to execute a contract or to

continue negotiations. SSCDL may terminate negotiations at any time without assigning any

reason.

6.8 SSCDL rights to terminate the selection process

1. SSCDL may terminate the RFP process at any time and without assigning any reason. SSCDL

makes no commitments, express or implied, that this process will result in a business

transaction with anyone.

2. This RFP does not constitute an offer by SSCDL.

3. The bidder’s participation in this process may result in SSCDL selecting the bidder to engage in

further discussions and negotiations toward execution of a contract. The commencement of

such negotiations does not, however, signify a commitment by the SSCDL to execute a contract

or to continue negotiations. SSCDL may terminate negotiations at any time without assigning

any reason.

6.9 Right to reject any proposal

1. Notwithstanding anything contained in this RFP, SSCDL reserves the right to accept or reject

any Proposal and to annul the Selection Process and reject all Proposals, at any time without

any liability or any obligation for such acceptance, rejection or annulment, and without

assigning any reasons therefore.

2. Besides other conditions and terms highlighted in the Tender Document, bids may be rejected

under following circumstances:

General rejection criteria

i. Conditional Bids;

ii. If the information provided by the Bidder is found to be incorrect / misleading /

fraudulent at any stage / time during the Tendering Process;

iii. Any effort on the part of a Bidder to influence the bid evaluation, bid comparison or

contract award decisions;

iv. Bids received after the prescribed time & date for receipt of bids;

v. Bids without signature of person (s) duly authorized on required pages of the bid;

Page 30: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 30 of 273

vi. Bids without power of attorney/ board resolution or its certified true copy.

Technical Rejection criteria

i. Bidders not complying with the Eligibility Criteria given in this Tender document

ii. Technical Bid containing commercial details;

iii. Revelation of Prices in any form or by any reason before opening the Commercial Bid;

iv. Failure to furnish all information required by the Tender Document or submission of

a Bid not substantially responsive to the Tender Document in every respect;

v. Bidders not quoting for the complete scope of work as indicated in the Tender

Documents, addendum /corrigendum (if any) and any subsequent information given

to the Bidder;

vi. Bidders not complying with the Technical and General Terms and conditions as stated

in the Tender Documents;

vii. The Bidder not confirming unconditional acceptance of full responsibility of providing

services in accordance with the scope of work and Service Level Agreements of this

Tender;

Commercial Rejection Criteria

i. Incomplete price Bid;

ii. Price Bids that do not conform to the Tender’s price bid format;

iii. Total price quoted by the Bidder does not include all statutory taxes and levies

applicable;

iv. If there is an arithmetic discrepancy in the commercial Bid calculations the Technical

Committee shall rectify the same. If the Bidder does not accept the correction of the

errors, its Bid may be rejected.

3. Misrepresentation/ improper response by the Bidder may lead to the disqualification. If such

disqualification / rejection occurs after the Proposals have been opened and the highest ranking

Bidder gets disqualified / rejected, then SSCDL reserves the right to consider the next best

Bidder, or take any other measure as may be deemed fit in the sole discretion of SSCDL,

including annulment of the Selection Process.

6.10 Bid Fee and Earnest Money Deposit (EMD) and amount

1. The bidder should pay non-refundable Bid Fee of Rs.20,160 [Rs. 18,000 + 12% GST] by

Demand Draft or Banker’s Cheque in favor of Surat Smart City Development Limited, from

Nationalized or Scheduled Banks except Co-operative Banks, payable at Surat. The Bid fees

shall be in the form of a Demand Draft / Banker’s Cheque.

2. GST Registration Number for SURAT SMART CITY DEVELOPMENT LIMITED (SSCDL)

is “24AAWCS9229G1ZR”

3. The bidder should also pay EMD of Rs. 25, 00,000 (Rupees Twenty five lakhs only) whereby

50% amount shall be in the form of Demand Draft / Banker’s Cheque in favour of “Surat Smart

City Development Limited”, from Nationalized or Scheduled bank and 50 % amount shall be in

Page 31: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 31 of 273

the form of Bank guarantee (BG) of any nationalized / scheduled banks with validity of 180 days

from the date of Bid opening. The format for BG is enclosed in Section 10.9, The details of the

SSCDL bank is as below :

Name of Beneficiary: Surat Smart City Development Ltd Name of Bank: State Bank of India Bank address: Nanpura, Surat Branch Bank Account No: 35661186460 IFSC CODE: SBIN0001388 MICR CODE: 395002004 BRANCH CODE: 1388

4. No interest will be payable by the SSCDL on the Earnest Money Deposit.

5. In case bid is submitted without EMD or Bid fees as mentioned above then SSCDL reserves the

right to reject the bid without providing opportunity for any further correspondence to the

bidder concerned.

6. The EMD of unsuccessful Bidders will be returned by the Authority, without any Interest, as

promptly as possible on acceptance of the Proposal of the Selected Bidder or when the Authority

cancels the Bidding Process.

7. The Selected Bidder’s EMD will be returned, without any interest, upon the Selected Bidder

signing the Agreement and furnishing the Security Deposit / Performance Guarantee in

accordance with the provision thereof

8. The decision of SSCDL regarding forfeiture of the EMD and rejection of bid shall be final & shall

not be called upon question under any circumstances.

9. The EMD may be forfeited:

If a Bidder withdraws their bid or increases their quoted prices during the period of bid

validity or its extended period, if any; or

In the case of a successful bidder, if the Bidder fails to sign the Contract or to furnish

Performance Bank Guarantee within specified time

During the bid process, if a Bidder indulges in any such deliberate act as would

jeopardize or unnecessarily delay the process of bid evaluation and finalization.

During the bid process, if any information found wrong / manipulated / hidden in the

bid.

6.11 Sealing, Marking and Submission of Bids

Bidders are required to submit their bids in separate sealed envelopes as per instructions given

below:

PART-1: PREQUALIFICATION BID

Part 1: Bid Fees, EMD, Pre-Qualification criteria and soft copy in CD/DVD/ Pen drive/

USB stick with complete details and supporting documents as mentioned in Section 5, 6.10 & 10 in

“Envelop 1” super scribed with Tender No, Due Date and RFP Name – “Envelop-1: Selection of

Page 32: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 32 of 273

Implementing Agency for Integrated Command and Control Center (ICCC) in Surat”.

PART-2: TECHNICAL BID

Part 2: Technical Evaluation Criteria , Technical proposal soft copy in CD/DVD/ Pen

drive/ USB stick with complete details and supporting documents as mentioned in Section 10&

Section 6.22 & 11 in “Envelop 2” super scribed with Tender No, Due Date and RFP Name

“Envelop-2:Selection of Implementing Agency for Integrated Command and Control

Center (ICCC) in Surat”. The proposal shall also consist with all supporting documents, RFP

Copy, Addendum & Corrigendum, if any.

The large envelope / outer envelope containing above envelopes must be sealed and

super scribed and shall be sent as under

Details to be mentioned exactly on sealed envelop

Tender Details

RFP No.: SSCDL-ICCC-RFP-01-2019

Tender name: Selection of Implementing Agency for Integrated Command and Control Center (ICCC) in Surat

Project Last date of Submission: 08.04.2019

To,

The Chief Accountant,

Surat Municipal Corporation,

Mahanagar Seva Sadan,

Gordhandas Chokhawala Marg,

Muglisara, Surat – 395 003,

Gujarat, INDIA.

1. The Bid must be sent strictly by Postal Speed Post or Registered Post AD only so as

to reach on or before 12.04.2019 up to 18.00 hrs. Bids received in any other manner

or mode (like courier, in person, etc.) will not be considered. SSCDL won’t be

responsible for postal delays.

2. SSCDL will not accept submission of a proposal in any manner other than that specified in

the document. Proposals submitted in any other manner shall be treated as defective,

invalid and rejected.

3. If the envelopes are not sealed and marked as instructed above, the SSCDL assumes no

responsibility for the misplacement or premature opening of the contents of the application

and consequent losses, if any suffered by the Bidder.

4. Each Bidder shall submit only one proposal containing documents as below. A bidder who

submits more than one proposal under this contract will be disqualified

a. Original copy of the Bid fee & EMD

b. Eligibility Criteria documents

c. Technical Eligibility criteria, Technical Proposal related documents including and

Technical Compliance

d. RFP Copy and Addenda & Corrigendum

Page 33: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 33 of 273

e. The Bidder shall prepare original set of the Application (together with originals /copies

of documents required to be submitted along therewith pursuant to this document) and

applicant shall also provide a soft copy on a Compact Disc (CD) / Pen Drive / USB stick.

In the event of any discrepancy between the original and CD/Pen Drive/USB stick, the

original shall prevail

f. Each page of the above should bear the initials of the Applicant along with

the seal of the Applicant in token of confirmation of having understood the

contents. In case of consortium the bid will be signed by the Prime Bidder.

5. The proposal should be signed by an authorized person of the bidder. The technical proposal should be submitted along with a certified true copy of a board resolution/power of attorney empowering signatory to sign/act/execute documents binding the bidder to the terms and conditions detailed in this tender. In case of the Consortium the Prime bidder will submit this document.

6. The proposals must be direct, concise, and complete. SSCDL will evaluate bidder’s proposal based on its clarity and completeness of its response to the requirements of the project as outlined in this RFP. The Chairman, SSCDL or Municipal Commissioner, SMC reserves the right to accept or reject any or all the proposals without assigning any reason

PART 3: ONLINE PRICE BID

The price bid must be submitted online on https://smc.nprocure.com. It should not to be sent

physically, if submitted physically the bid shall be rejected. Please refer Section 15 for format and

instructions.

In case bidder needs any clarification or if training required for participating in online tender, they

can contact the following office: -

(n) Code solutions – A division GNFC Ltd.

403, GNFC Infotower, Bodakdev, Ahmedabad – 380 054, Gujarat (India)

Tel: +91 26857316/17/18 Fax: + 91 79 26857321

E-mail: [email protected] Web-site: www.nprocure.com

Toll Free: 1800-233-1010 (Ext. 501 & 512)

For further particulars contact above office/ or visit on following websites:

1. www.nprocure.com ,

2. www.smc.nprocure.com

6.12 Language of Bids

1. The Bids prepared by the Bidder and all correspondence and documents relating to the bids

exchanged by the Bidder and SMC, shall be written in English language, provided that any

printed literature furnished by the Bidder in another language shall be accompanied by an

English translation in which case, for purposes of interpretation of the bid, the English

translation shall govern.

2. If any supporting documents submitted are in any language other than English, Notarized copy

of the translation of the same in English language shall be submitted by the bidder.

Page 34: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 34 of 273

6.13 Concessions permissible under statutes

Bidder, while quoting against this tender, must take cognizance of all concessions permissible, if

any, under the statutes and ensure the same is passed on to SSCDL, failing which it will have to bear

extra cost. In case Bidder does not avail concessional rates of levies like customs duty etc. SSCDL

will not take responsibility towards this. However, SSCDL may provide necessary assistance,

wherever possible, in this regard.

6.14 Bid Validity

The proposal should be valid for acceptance for a minimum period of 180 days from the Bid

Opening Date (the “Proposal Validity Period”). If required, Authority may request the bidder to

have it extended for a further period. The request and the responses thereto shall be made in

writing. A Bidder agreeing to the request will not be required or permitted to modify his Proposal

but will be required to extend the validity of EMD for the period of the extension, and in compliance

with Clause 8.10 in all respects.

6.15 Taxes

The Prices mentioned in the Price Bid should include all applicable taxes & duties as applicable.

The L1 evaluation will be done exclusive of taxes only. If any duties are applicable to the product

the same will be considered for L1 evaluation. The bidder to quote the duties along with the rate of

products proposed for L1 evaluation.

However, the bidder is expected to provide the tax components in commercial bid. The payment of

taxes to the selected bidder will be done as per the prevailing rate.

Further, SSCDL shall be entitled to deduct tax at source or any other taxes/ cess as may be

applicable.

GST

GST (Goods & Service Tax) has come in existence from 1st July, 2017. Contractor/Successful Bidder

is bound to pay any amount GST prescribed by the Govt. of India as per the terms of Contract agreed

upon during the course of execution of this Contract.

During the course of execution of Contract, if there is any change in Rate of GST (Goods & Service

Tax) by the Government, the same shall be reimbursed/recovered separately by SSCDL, subject to

the submission of Original Receipt/Proof for the amounts actually remitted by the Successful

Tendered/Contractor to the Competent Authority along with a Certificate from Chartered

Accountant of Contractor/Successful bidder certifying that the amount of GST paid to the

Government and the same shall be intimated/submitted/claimed within 30 (Thirty) Days from the

date of payment. Remittance of GST within stipulated period shall be the sole responsibility of the

Successful bidder/contractor, failing which, SSCDL may recover the amount due, from any other

payable dues with SSCDL and decision of SSCDL shall be final and binding on the

Contractor/Successful Bidder in this regard. Further the non- payment of GST to the Government

may lead to the termination of contract and forfeiture of Security Deposit/Performance Guarantee

Amount.

Page 35: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 35 of 273

If imposition of any other new Taxes/Duties/Levies/Cess or any other incidentals etc. or any

increase in the existing Taxes/Duties/Levies/Cess or any other incidentals etc. (excluding GST) are

imposed during the course of the contract, the same shall be borne by the Contractor/Successful

Bidder Only, in no case SSCDL shall be liable for the same.

6.16 Firm Prices and Bid Currency

Prices quoted must be firm and final and shall not be subject to any upward modifications, on any

account whatsoever. Prices shall be expressed in Indian Rupees (INR) only.

6.17 Right to vary the scope of the work at the time of award

SSCDL reserves its right to make changes to the scope of the work at the time of execution of the

resultant Agreement. If any such change causes an increase or decrease in the cost of, or the time

required for the SI’s performance of any part of the work under the Agreement, whether changed

or not changed by the order, an equitable adjustment (if required) shall be made in the Contract

Value or time schedule, or both, and the Agreement shall accordingly be amended. Any claims by

the SI for adjustment under this Clause must be asserted within thirty (30) days from the date of

the SI’s receipt of the SSCDL changed order.

6.18 Modification or Withdrawal of Bids

1. No bid may be withdrawn in the interval between the bid submission deadline and the

expiration of the specified bid validity period. Withdrawal of a bid during this interval may

result in the forfeiture of the Bidder’s EMD.

6.19 Evaluation Process

1. The Bidder must possess the technical know-how and the financial wherewithal that would be

required to successfully provide the services sought by SSCDL/SMC, for the entire period of the

contract. The Bidder’s Bid must be complete in all respects, conform to all the requirements,

terms and conditions and specifications as stipulated in the Bid Document.

2. SSCDL/SMC will scrutinize and evaluate the pre-qualification of bidders, technical and

commercial bids received. The SSCDL/SMC will examine the Bids to determine whether they

are complete, response and whether the Bid format confirms to the Bid Document

requirements. SSCDL/SMC may waive any informality or nonconformity in a Bid which does

not constitute a material deviation according to SSCDL/SMC.

3. The technical bid of only those bidders (or consortia) shall be opened which meet all the criteria

of the pre-qualification criteria mentioned in Section 5.

4. There should be no mention of bid prices in any part of the Bid other than the Commercial Bids.

6.20 Opening and evaluation of Pre-Qualification Bid

1. The Pre-Qualification Bids of Bidders shall be considered and will be evaluated as per the eligibility criteria mentioned in section 5.

Page 36: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 36 of 273

2. SMC/SSCDL may require written clarifications from the Bidders to clarify ambiguities and

uncertainties arising out of the evaluation of the Bid

6.21 Opening and Evaluation of Technical Bid

1. The Technical Bids of only those Bidders, who qualify in the Pre-Qualification stage, shall be

considered and will be evaluated as per the evaluation criteria in this clause. The SSCDL/SMC

may invite each Bidder to make a presentation as part of the technical evaluation.

2. SMC/SSCDL may require written clarifications from the Bidders to clarify ambiguities and

uncertainties arising out of the evaluation of the Bid

3. Only those Bids which have a minimum score of 60% of total marks in technical

evaluation will be considered for opening of their Commercial Bid. However,

Commissioner, SMC or Chairman, SSCDL reserves the right to lower the minimum required

marks if none of the Bidders achieves 60% of the total marks. Only the Bids qualifying the

technical evaluation will be considered for commercial evaluation.

6.22 Technical Evaluation Criteria

The bidder's technical solution proposed in the Technical Evaluation bid shall be evaluated as per

the evaluation criteria in the following table:

Section Evaluation Criteria Marks

A Bidders Financial Competence & Organizational Strength 20

B Project Experience of Bidder 60

E Project Presentation/Demonstration 20

Total 100

The following sections explain how the bidders shall be evaluated on each of the evaluation criteria:

# Technical

Evaluation Criteria

Technical Evaluation parameter Marks

A Bidders Financial Competence & Organizational Strength 20 1 Bidder’s

Competence – Turnover

The bidder (Prime bidder in case of consortium) having average annual turnover of 100 Cr from ICT based business in last three financial years (FY 2017-18,FY 2016-17, 2015-16) will get 7 of total allocated marks.

For every additional Rs. 100 Cr of average turnover from ICT business the bidder (Prime bidder in case of consortium) will get additional marks as below, subject to a maximum of 10 marks.

Average Turnover (in crores)

Marks

>= INR 300 Cr. 10

10

Page 37: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 37 of 273

# Technical

Evaluation Criteria

Technical Evaluation parameter Marks

>= INR 200 Cr. and < INR 300 Cr. 9 >= INR 100 Cr. and < INR 200 Cr. 8

Maximum Marks: 10

Bidder to submit the Certificate from the statutory auditor / CA clearly specifying the annual turnover from ICT for the specified years. Original or Notarized copy of the certificate should be submitted

2 People in organization

The prime bidder having at least 250 FTE (full time employees) on the payroll of organization working on ICT projects will get 7 marks

For every additional FTEs as below the bidder will get additional marks subject to maximum of 5 marks.

Number of FTE Marks

> 500 5

> 250 FTE to =<500 FTE 4

= 250 FTE 3

Maximum marks: 5 Note: Full time Employees defined as employees on the Payroll of organization. Bidder to submit the Certificate from the HR or

Company Secretary clearly specifying the total no of employees within the organization. Original or Notarized copy of the certificate should be submitted

5

Bidder’s Certification

Certification with the Sole Bidder or any member of consortium (valid as on date of issuance of the bid):

ISO 9001:2008

ISO 20000:2011 for IT Service Management

ISO 27001:2013 for Information Security Management System

CMMi Level 3 CMMi Level 5

Certification Marks Any one ISO certificate 2 Any two ISO certification or CMMi Level 3 3 All ISO certification or

CMMi Level 5 Certification or

Any two ISO certification & CMMi Level 3 Certification

4

Any two ISO certification & CMMi Level 5 Certification

5

B Project Experience of Bidder 60 1 Bidder

Experience – Experience of Sole Bidder / Prime Bidder (in case of

consortium) in implementation of Integrated Command &

35

Page 38: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 38 of 273

# Technical

Evaluation Criteria

Technical Evaluation parameter Marks

Executing Command Control Center Project

Control Centre (ICCC) / Network Operations Centre (NOC)

in India in last 7 years from the date of publishing this RFP

(maximum 2 projects)

Number of Projects Marks

For satisfying PQ criteria 20

Additional project over and above the projects

submitted under PQ criteria

Every additional project costing not less than

the amount equal to INR 20 Cr. with ICCC

application and video wall solution component

worth minimum INR 5 Cr.

15

Every additional costing not less than the

amount equal to INR 12 Cr. each with ICCC

application and video wall solution component

worth minimum INR 3 Cr.

9

Every additional project costing not less

than the amount equal to INR 10 Cr. each

with ICCC application and video wall

solution component worth minimum INR

2.5 Cr.

7.5

Maximum Marks: 35

Bidder is required to submit :

Copy of completion certificate issued by client

In case of an ongoing project, the project must have

achieved the respective value in terms of entire project

cost and ICCC application & Video Wall Solution

component respectively from financial perspective. The

Certificate to this effect from the client on client’s letter

head to be provided.

Copy of Work order / Contract

Bidder Experience – Executing Command Control Center Project

Experience of Sole Bidder / Prime Bidder (in case of consortium) in implementation of ICCC Solution integrating domains/systems in the last seven (7) years (maximum 2 projects)

1. Adaptive/Intelligent Traffic Control System 2. Intelligent Transit Management System 3. Water Supply 4. Drainage 5. Solid Waste Management 6. Grievance Redressal System 7. CCTV Network

20

Page 39: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 39 of 273

# Technical

Evaluation Criteria

Technical Evaluation parameter Marks

8. Smart Street Lighting 9. Revenue Collection Systems (Property Tax, Water

Meter Billing, etc.) 10. Project Management System 11. Network monitoring for large scale WiFi service /

dedicated OFC network 12. Smart Parking

Particular Marks One project integrating any 5 domains/systems mentioned above

10

One project integrating any 3 domains/systems mentioned above

7.5

Maximum Marks: 20 | Maximum projects: 2

Bidder is required to submit :

Copy of completion certificate issued by client

In case of an ongoing project, the claimed

domains/systems must have been integrated. The

Certificate to this effect from the client on client’s letter

head to be provided.

Copy of Work order / Contract

3 Bidder Experience – Executing Software Development Project

Relevant experience of Sole bidder / Any member in the

consortium in creation of Datacenter in State Govt./Central

Govt./ULB/ Public Sector Units(PSU) in India in past 7 years

having minimum project value of Rs. 3 Crore.

(Note: In-house projects for own or group companies shall not

be considered for above criteria)

Each Project: 2.5 marks | Maximum Projects: 2

Bidder is required to submit :

Copy of Work Order/ Contract Copy of completion certificate issued by client

5

C Presentation and Demonstration 20 1 Presentation and Demonstration

Following parameters will be evaluated:

Understanding of the project

Approach & Methodology

Ability to clearly explain the proposed Solution

Uniqueness of proposed solution as per requirement of SSCDL/SMC Demonstration of proposed ICCC Software for Use cases provided by

SSCDL/SMC

20

Page 40: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 40 of 273

6.23 Opening of Commercial Bid

1. The Commercial bids shall not be opened by SSCDL until the evaluation of the Technical bid

has been completed.

2. SSCDL/SMC will open the Commercial Bids of those Bidders who have achieved minimum

score of 70% of total marks in technical evaluation

3. SSCDL will open the Commercial Bids of those Bidders who qualified in Technical bid.

4. Commercial Bids from bidders who have failed to qualify in evaluation of the technical bid will

not be opened. Only bids that are opened and read out at the proposal opening shall be

considered further

6.24 Evaluation of Commercial Bids and Selection Method

1. SSCDL will award the Contract to the Bidder based on Lowest Quoted price (L1). No

additional cost in any form will be entertained by SSCDL during the contract period. The L1

evaluation will be done exclusive of taxes. However, the bidder is expected to provide the tax

components in commercials. The payment of taxes to the selected bidder will be done on actuals

/ prevailing rates. The L1 evaluation will be done exclusive of taxes only. If any duties are

applicable to the product the same will be considered for L1 evaluation. The bidder to quote the

duties along with the rate of products proposed for L1 evaluation.

Further, SSCDL shall be entitled to deduct tax at source or any other taxes/ cess as may be

applicable.

2. Total Estimated Commercial Bid of a bidder would be calculated based on quantities given in

Section 12. The quantities in this table are estimated quantity and the actual quantity will be

determined at the time of project execution based on the feasibility report and actual

requirements considering site situation.

3. The Commercial Bids of only the technically qualified bidders will be opened for evaluation.

4. The bidder achieving the L1 price will be invited for negotiations for awarding the contract. In

case of a tie where two or more bidders achieve the same price, the bidder with higher turnover

will be invited for negotiations and awarding of the contract.

Arithmetical errors: If there is a discrepancy between the unit price and the total price that

is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total

price shall be corrected. If the Bidder does not accept the correction of the errors, its bid will be

rejected. If there is a discrepancy between words and figures, the amount in words will prevail

6.25 Notifications of Award and Signing of Contract

1. Prior to the expiration of the period of proposal validity, the bidder will be notified in writing or

by fax or email that its proposal has been accepted.

Page 41: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 41 of 273

2. It is to be noted that the date of commencement of the project and all contractual obligations

shall commence from the date of issuance of Purchase Order/Letter of Intent (LoI), whichever

is earlier. All reference timelines as regards the execution of the project and the payments to the

System Integrator shall be considered as beginning from the date of issuance of the Purchase

Order/Letter of Acceptance, whichever is earlier.

3. The notification of award (LoI/Purchase Order) will constitute the formation of the Contract.

Upon the Bidder’s executing the contract with SSCDL, it will promptly notify each unsuccessful

bidder and return their EMDs.

4. At the time SSCDL notifies the successful Bidder that its bid has been accepted, SSCDL will send

the Bidders the Pro forma for Contract, incorporating all clauses/agreements between the

parties. Within 15 days of receipt of the Contract, the successful Bidder shall sign and date the

Contract with SSCDL. Draft Format of the contract is given in the Annexure VII.

6.26 Rights to Accept/Reject any or all Proposals

SSCDL reserves the right to accept or reject any proposal, and to annul the bidding process and

reject all Bids at any time prior to award of Contract, without thereby incurring any liability to the

affected Bidder or Bidders or any obligation to inform the affected bidder or bidders of the grounds

for SSCDL’s action.

6.27 Quantity Variation

1. The quantity defined in the RFP are estimated and the actual quantity will be executed based

on the actual site survey by the selected bidder at the time of project implementation. The

quoted rate will remain firm and same for such variation in quantity. The successful bidder shall

not object to the upward or downward variation in quantities (including locations).

2. Quantities mentioned in the commercial formats are indicative in number. SMC/SSCDL at its

discretion may or may not procure the listed components in mentioned quantities at the time

of placing order / agreement. SSCDL has the rights to delete any of the component before final

implementation. The successful bidder shall not object to the upward or downward variation in

quantities of any item.

3. If required additional quantity over and above may be executed on later stage, the payment for

such additional quantities shall be made at tender rates. The rates mentioned in the price bid

for “ICCC software integration and implementation cost per use case” will be valid during the

entire contract period and for other items it will be valid for the period of 3 years from the date

of issuance of the RO1.

4. No claim shall be entertained or become payable for price variation of additional quantities.

6.28 Performance Bank Guarantee

1. The successful bidder shall at his own expense, deposit with department, within 10 days of the

notification of award (done through issuance of the Purchase Order/Letter of Acceptance), an

unconditional and irrevocable Performance Bank Guarantee (PBG) from a list of approved

Page 42: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 42 of 273

banks as per the format given in this Bid Document, in favour of Surat Smart City Development

Ltd for the due performance and fulfilment of the contract by the bidder. Failing which a penalty

@ 0.065% of the amount of PBG will be imposed for delay of each day.

2. This Performance Bank Guarantee will be for an amount equivalent to 10% of contract value.

All charges whatsoever such as premium, commission, etc. with respect to the Performance

Bank Guarantee shall be borne by the bidder.

3. The successful bidder shall maintain a valid and binding Performance Guarantee for a period

of six months after the expiry of the Contract Period (“Validity Period”).

4. The Performance Bank Guarantee letter format can be found in the Annexure VIII of this

document.

5. The Performance Bank Guarantee may be discharged/ returned by department upon being

satisfied that there has been due performance of the obligations of the Bidder under the

contract. However, no interest shall be payable on the Performance Bank Guarantee.

6. If the Bidder, fails to furnish the Performance Guarantee, it shall be lawful for the Authority to

forfeit the EMD or cancel the contract or any part thereoff

7. In the event of the Bidder being unable to service the contract for whatever reason, department

would evoke the PBG. Notwithstanding and without prejudice to any rights whatsoever of

department under the Contract in the matter, the proceeds of the PBG shall be payable to

department as compensation for any loss resulting from the Bidder’s failure to complete its

obligations under the Contract. Department shall notify the Bidder in writing of the exercise of

its right to receive such compensation within 14 days, indicating the contractual obligation(s)

for which the Bidder is in default.

8. Department shall also be entitled to make recoveries from the Bidder’s bills, performance bank

guarantee, or from any other amount due to him, the equivalent value of any payment made to

him due to inadvertence, error, collusion, misconstruction or misstatement.

6.29 Governing Law

The Bidding Process shall be governed by, and construed in accordance with, the laws of India and

the Courts at Surat shall have exclusive jurisdiction over all disputes arising under, pursuant to

and/or in connection with the Bidding Process.

6.30 Failure to agree with the Terms & Conditions of the Bid Document/ Contract

Failure of the bidder to agree with the Terms & Conditions of the Bid Document/Contract shall

constitute sufficient grounds for the annulment of the award of contract, in which event the contract

may be awarded to the next most responsive bidder.

Page 43: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 43 of 273

6.31 Terms and Conditions of the Tender

1. Bidder is required to refer to the draft Contract Agreement, attached as Annexure VII Latest

and relevant report from Gartner to be submitted clearly showing presence of the OEM in this

Bid Document, for all the terms and conditions (including project timelines) to be adhered by

the successful bidder during Project Implementation and Post implementation period.

2. Please note that one needs to read the Contract Agreement as a whole document; and the

Annexure mentioned there-in may not correspond to the Bid Document Annexure. Please refer

to the Interpretation Section of the Draft/Master Service Agreement.

6.32 Restriction on Transfer of Agreement

The System Integrator shall not assign or transfer its right in any manner whatsoever under this

agreement to a third party or enter into any agreement for sub-contracting and/or partnership

relating to any subject matter to the agreement to any third party or any sister-concerned firm

within a group either in whole or in any part i.e., partnership/third party interest shall be created.

The sub-contracting is allowed only for activities mentioned in section 6.33.

6.33 Subcontracting

Sub-contracting / Outsourcing shall be allowed only for Passive Networking & Civil Work.

6.34 Safety Regulation, Accident and Damage

The Bidder shall be responsible at his own cost in and relative to performance of the work and bidder

to observe and to ensure observance by his Sub-contractors, agents and servants of the provisions of

Safety Code as hereinafter appearing and all fire, Safety and security regulations as may be

prescribed by the Owner from time to time and such other Precautions, measures as shall be

necessary and shall employ / deploy all equipment necessary to protect all works, materials,

properties, structures, equipments, installations, communications and facilities whatsoever from

damage, loss or other hazard whatsoever (including but not limited to fire and explosion) and shall

during construction and other operations minimize the disturbance and inconvenience to the Owner,

other bidders, the public and adjoining land and property owners and occupiers, and crops, trees

and vegetation and shall indemnify and keep indemnified the One from and against all losses and

damages and costs, charges and expenses and penalties, actions, claims, demands and proceedings

whatsoever suffered or incurred by or against the Owner, as the case may be, virtue of any loss,

alteration, displacement, disturbance or destruction or accident to any works materials, properties,

structures, equipments, installations communications and facilities and land and property owners

and occupiers and crops, trees and vegetation as aforesaid, with the intent that the Bidder shall be

exclusively responsible for any accident, loss, damage, alteration, displacement, disturbance or

destruction as aforesaid resultant directly or indirectly from any breach by the Bidder of his

obligation aforesaid or upon any operation, act or omission of the bidder his Sub-contractor(s) or

agent(s) or servant(s).

The Bidder's liabilities under Clause (a) and otherwise under the Contract shall remain unimpaired

notwithstanding the existence of any storage cum erection or other insurance covering any risk,

Page 44: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 44 of 273

damage, loss or liability for which the Bidder is liable to the Owner in terms of the foregoing Sub-

Clause or otherwise and / or in respect of which the Bidder has indemnified the Owner with the

intent that notwithstanding the existence of such insurance, the Bidder shall be and remain fully

liable for all liabilities and obligations under the contract and indemnified to the Owner, and the

Owner shall not be obliged to seek recourse under such policy(ies) in preference to recourse against

the Bidder or otherwise to exhaust any other remedy in preference to the remedies available to in

under the Contract prior written approval of SSCDL. However, even if the work is sub-contracted /

outsourced, the sole responsibility of the work shall lie with the SI. The SI shall be held responsible

for any delay/error/non-compliance etc. of its sub-contracted vendor. The details of the sub-

contracting agreements (if any) between both the parties would be required to be submitted to SSCDL.

6.35 Ownership and Licenses

The ownership of all hardware/software developed/customized/ configured/ procured as part of the

project and related documentation for the project would always lie with the SMC/SSCDL. All licenses

for software procured related to project have to be in the name of Surat Municipal Corporation. The

bidder will be required to produce the Licenses/ATS/Warranty and other documents from the

respective OEMs clearly mentioning the product name, quantity, duration, type of support, etc. The

payment for the respective item will be subject to submission of the aforesaid documents to

SMC/SSCDl.

Page 45: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 45 of 273

7 Service Level Agreements (SLA)

Service Level Agreement (SLA) shall become the part of Agreement between SSCDL and the

Successful Bidder. SLA defines the terms of the Successful Bidder’s responsibility in ensuring the

timely delivery of the deliverables and the correctness of the same based on the agreed Performance

Indicators as detailed in this section. The Successful Bidder has to comply with Service Levels

requirements to ensure adherence to Project timelines, quality and availability of services.

The Successful Bidder (refer as System Integrator, SI) has to supply

software/automated tools to monitor all the SLAs mentioned below.

Note: Penalties shall not be levied on the Successful Bidder in the following cases:

1. There is a Force Majeure event effecting the SLA which is beyond the control of the

Successful Bidder

2. The non-compliance to the SLA has been due to reasons beyond the control of the Bidder.

3. Theft cases, Damages due to any accident / mishap shall be considered as “beyond the control of

Bidder”. However, Power shut down or deliberate damage to devices such as Cameras, Network

Switch Systems etc. would not be considered as “beyond the control of Bidder”.

The purpose of this Service Level Agreement (hereinafter referred to as SLA) is to clearly define the

levels of service which shall be provided by the System Integrator to SSCDL for the duration of this

Agreement.

7.1 Definitions

For the purposes of this service level agreement, the definitions and terms are specified in the

contract along with the following terms shall have the meanings set forth below :

“Uptime” shall mean the time period for the specified services / components with the specified

technical service standards are available to the user department. Uptime, in percentage, of any

component (Non IT & IT) can be calculated as:

Uptime = {1- [(Downtime) / (Total Time – Maintenance Time)]} * 100%

“Downtime” shall mean the time period for which the specified services / components with

specified technical and service standards are not available to the user department and excludes

downtime owing to Force Majeure & Reasons beyond control of SI.

“Incident” refers to any event / abnormalities in the functioning of the Services specified as part

of the Scope of Work of the Systems Integrator that may lead to disruption in normal operations

of the Surveillance System.

“Resolution Time” shall mean the time taken (after the incident has been reported at the

helpdesk), in resolving (diagnosing, troubleshooting and fixing) or escalating (to the second

level or to respective vendors, getting the confirmatory details about the same from the vendor

and conveying the same to the end user), the services related troubles during the first level

escalation.

Page 46: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 46 of 273

7.2 Measurement of SLA

The SLA metrics provided specifies performance parameters as baseline performance, lower

performance and breach. All SLA calculations will be done on monthly basis. The quarterly O&M

cost shall be calculated as “Cost of that particular year / 12”.

The SLA also specifies the liquidated damages for lower performance and breach conditions.

Payment to the SI is linked to the compliance with the SLA metrics.

The aforementioned SLA parameters shall be measured as per the individual SLA parameter

requirements and measurement methods, through appropriate SLA Measurement tools to be

provided by the SI and audited by SMC/SSCDL or its appointed Consultant for accuracy and

reliability.

SMC/SSCDL shall also have the right to conduct, either itself or through any other agency as it may

deem fit, an audit / revision of the SLA parameters/ penalty. The SLAs defined, shall be reviewed

by SMC/SSCDL on an annual basis after consulting the SI, Project Management Consultants and

other experts. All the changes would be made by SSCDL after consultation with the SI and might

include some corrections to reduce undue relaxation in Service levels or some corrections to avoid

unrealistic imposition of liquidated damages/ penalties, which are noticed after project has gone

live.

Total liquidated damages to be levied on the SI shall be capped at 10% of the total contract value.

However, SSCDL would have right to invoke termination of the contract in case the overall

liquidated damages equals 10% of total contract value.

7.3 SLAs

# Performance Area SLA Penalty

Project Implementation SLA

1 Delay in Delivery of Project scope As per RFP Any delay in the delivery of

the project (solely attributable

to vendor) would attract a

penalty of 0.02% per day of

the CAPEX value of that

particular item.

Total penalty applicable

under this clause shall be

limited to 10% of the value of

the equipment/device in

software or hardware to be

supplied, installed and

Page 47: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 47 of 273

# Performance Area SLA Penalty

commissioned for which

Request Order is placed

If the penalty reaches 10% of

the total contract value,

Authority may invoke

termination clause.

Uptime of all ICCC components (IT and Non-IT Components)

1

Equipment Availability (EA)

Uptime (%) =

[Total minutes in a month –Planned

downtime – Total down time(min) in a

month]*100/[ Total minutes in a

month - Planned downtime]

X= [100-(uptime value)]

>99% No Penalty

<99 % to

>=97% Penalty of 0.5% of purchase

cost for that particular

equipment during warranty or

1% of (yearly AMC + withheld

CAPEX amount for that

particular component for that

year)

< 97% Penalty of X*0.5% of

purchase cost for that

particular equipment during

warranty or X*1% of (yearly

AMC + withheld CAPEX

amount for that particular

component for that year)

2

ICCC Application Availability

(EA)

Uptime (%) =

[Total minutes in a month –Planned

downtime – Total down time(min) in a

month]*100/[ Total minutes in a

month - Planned downtime]

X= [100-(uptime value)]

>99% No Penalty

<99 % to

>=97% Penalty of 0.5% of purchase

cost for ICCC software during

warranty or 1% of (yearly AMC

for ICCC software + withheld

CAPEX amount for that

particular component for that

year)

< 97% Penalty of X*0.5% of

purchase cost for ICCC

software during warranty or

X*1% of (yearly AMC for ICCC

software + withheld CAPEX

amount for that particular

component for that year)

Page 48: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 48 of 273

# Performance Area SLA Penalty

3 Number instance the equipment /

application is down during a month

Upto 2

instances No Penalty

>2 instances additional penalty per

instance of 25% of total

penalty levied on that

particular equipment in a

month will be applicable

Performance Parameter for ICCC Servers

1 Average CPU Utilization

>70% for more than 15 minutes in a

single stretch

1 instance No penalty

2-5 instances Penalty of Rs. 5000 per

incident

> 5 instances Penalty of Rs. 10,000 per

incident

3 Memory Utilization

>70% for more than 15 minutes in a

single stretch

1 instance No penalty

2-5 instances Penalty of Rs. 5000 per

incident

> 5 instances Penalty of Rs. 10,000 per

incident

Note:

1. SI shall submit the monthly Reports on the performance and adherence to the SLA. Details of

all incidences and all tickets should be part of the performance report. If required, SI shall

extend necessary support to integrate with existing EMS and Helpdesk tools so as to monitor

and generate the SLA compliance report.

2. Following will not be considered for downtime calculation

i. Equipment down due to power failure at Location or due to loss of network connectivity

attributable to SMC/SSCDL

ii. Schedule maintenance by SI with prior information to SMC/SSCDL

3. The payment shall be made on quarterly basis on completion of respective quarter.

4. SLA for Data Center Components including Video wall solution and software Applications shall

be calculated 24*7. However, SLA for other items shall be calculated within Business Hours of

SSCDL/SMC.

7.4 Security Breach SLA

Note – This SLA for Security Breach is applicable over and above the SLAs mentioned in above

table.

Page 49: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 49 of 273

Definition

Security of the overall ICCC System is quite important and Successful

Bidder shall be required to ensure no compromise is done on the same.

Security Breach types considered for this SLA are–

Availability of access of ICCC System or data to any other user than

those authorized by SSCDL/SMC/End user department and

provided passwords

Any incidence that violates security policy resulting in,

unauthorised access to system/data, denial of service/disruption,

etc.

Hacking on by any unauthorized user or any other privacy rule is

broken as per Govt. of India guidelines

Service Level

Requirement Security compliance of the system should be 100%

Measurement of

Level Service

Parameter

Any reported security breach shall be logged into the SLA Management

solution as a security breach and same should be resolved under

Priority level 1.

For every security breach reported and proved, there shall be a penalty

of INR 2,00,000/- or lead to termination of contract

7.5 Breach in supply of Onsite Manpower

1. All persons deputed shall be on the payroll of the Bidder’s organization. If required, the resource

will be interviewed/screed using any screening procedure by SMC/SSCDL and/or is

representative prior to deputation at SMC/SSCDL. The bidder would also remove a person from

its staff at SMC/SSCDL if instructed to do so by the SMC/SSCDL within one month and provide

suitable replacement with minimum overlap of 15 days.

2. The person deployed for the project at SMC/SSCDL will inform about any leave of absence to

SMC/SSCDL.

3. In case of personnel deputed at SMC/SSCDL by bidder as per the resource deployment plan or

during support period is on a leave of absence for more than a week,

a) then a competent substitute, fully conversant with the processes at SMC/SSCDL will

have to be provided by the bidder. Thus, the bidder is required to keep other personnel

employed but not deputed at SMC/SSCDL so that the vacancy of the key personnel

could be kept filled in.

b) if the substitute is not provided for more than 5 days than such leaves after fifth day will

be considered as if a person is not deployed by the bidder and monetary deduction may

be made accordingly.

4. The personnel of implementation team as during the implementation and post implementation

period will observe the work-time of 8 hours per day, and follow SMC’s calendar; but they may

have to put in extra time whenever called for by SSCDL without any additional charges. The

Page 50: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 50 of 273

bidder shall make necessary arrangements during post implementation support to meet defined

SLAs.

5. The leaves of key personnel as per the resource deployment plan should not affect the

deliverables as per scheduled timelines.

6. Twelve leaves of absence per year will be admissible for each position; additional leaves would

be liable to deductions.

7. A schedule of up to 12 festival/national holidays per year for the staff will have to be provided

by the bidder and get it approved by SMC/SSCDL in advance for the entire year. For the current

year the list is to be provided as soon as the contract comes into effect. Any change thereat will

have to be effected only after prior permission of SMC/SSCDL.

8. In case of change in its team composition owing to attrition the bidder shall ensure a reasonable

amount of time-overlap in activities to ensure proper knowledge transfer and

handover/takeover of documents and other relevant materials between the outgoing and the

new member. The exiting team member should be replaced with equally or more competent

personnel.

9. The bidder shall ensure minimum team strength during the support period. Failure to deploy

suitably qualified resources will lead to deductions to payable support charge on a prorate basis

considering the total monthly support charge and total no. of resources required to be deployed.

10. Non-adherence to above clauses will be considered as Absence of employee. The bidder shall

ensure minimum team strength as defined in RFP. Failure to deploy suitably qualified resources

will lead to deductions as per below mentioned table. Additionally, penalty may be levied for

delays and non-performance attributable to bidder organization or deployed staff.

# Role Deduction per resource/day 1. Project Manager cum ICCC Expert 1500 2. ICCC Application Developer 1000 3. IT Infrastructure Support Engineers 500

Note: There is NO CAPPING on the applicable deduction for non-availability of resources as per the above table.

11. In case the minimum resources are not available, penalty will be charged over and above the

deductions as specified above at the following rate for the respective positions

c) 25% of deduction amount as penalty for delay upto one month

d) 50% of the deduction amount as penalty for delay of more than one month upto two

months

e) 100% of the deduction amount as penalty for delay of more than two months

f) This will be applied even for positions that fall vacant during the contract period and

also for such period during which resource was not available due to leave of absence for

more than 5 days and substitute is not provided.

12. The persons deployed by the bidder shall not claim nor shall be entitled to pay, perks, and other

facilities admissible to casual, ad-hoc, regular/confirmed employees of SMC/SSCDL during the

contract period or, after expiry of the contract.

Page 51: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 51 of 273

13. The bidder’s personnel shall not divulge or disclose to any person, any details of office,

operation process technical know-how, administrative/organizational matters as all are

confidential/secret in nature.

14. The bidder’s personnel’s working should be polite, cordial, positive and efficient, while handling

the assigned work and his/her actions shall promote goodwill and enhance the image of

SMC/SSCDL. The bidder shall be responsible for any act of indiscipline on the part of persons

deployed.

15. The bidder shall be solely responsible for the redressal of grievances/resolution of disputes

relating to persons deployed. SMC/SSCDL shall, in no way, be responsible for settlement of

such issues whatsoever.

16. The transportation, food, medical and other statutory requirements in respect of personnel of

the service provider shall be the responsibility of the bidder.

Page 52: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 52 of 273

8 Project Milestone and Payment Schedules

8.1 Project Milestone

1. SMC / SSCDL shall issue a “Request Order” in writing, indicating the number of units of

Hardware and Software to be supplied under this Project. Upon getting the Request Order, the

selected bidder shall promptly supply, install and commission the hardware and software as

soon as possible within the lead time specified in the request order. The delay in delivery will

attract delayed penalty as mentioned in this RFP. SMC/SSCDL shall release the request order

as per below table:

Services Approximate

Time for Issuance

of Request Order

Tentative Scope/

Approximate

Sizing

Tentative Lead Time

Request

Order 1

Two weeks post issuance

of LOI

Part A:

Implementation of Data

Center ( Civil)

2 Months Post Issuance of

Request Order

Part B: 1. SITC of IT and Passive

Infrastructure in Data Center

2. SITC for Video Wall & Video Wall Solution for ICCC (1st Floor)

3. SITC for other ordered IT components like desktops, workstations, etc.

4. SITC of ICCC Application for 25 use cases

5. SITC of Call Center Management Solution

4 Months Post Issuance of

Request Order

2. SMC / SSCDL shall issue a subsequent Request Orders as (ROs) as & when required indicating

the number of units of hardware & software as per below to be supplied based on actual

requirements during contract period.

# Component SITC Time Limit

1 Video wall solution for 3rd Floor 60 days

2 Integration for additional 25 Uses cases in ICCC Application 90 days

3 Desktop PC, Workstations, 49” Curved screens for Operators,

Printers, LAN equipment, etc.

45 days

Page 53: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 53 of 273

8.2 Payment Schedule

# Milestone Payment

1. Satisfactory delivery and acceptance of materials (as per the

Request Order) and after submission of the invoice.

40% of total CAPEX of

Request order

2. Satisfactory competition of Installation of respective items/

equipment and after, submission of the invoice.

20% of total CAPEX of

Request order

3. UAT and Go Live of entire RO (Testing and Commissioning) 20% of total CAPEX of

Request order

4. Successful completion of 1st year after Project “Go Live” 5% of total CAPEX of

Request order

5. Successful completion of 2nd year after Project “Go Live” 5% of total CAPEX of

Request order

6. Successful completion of 3rd year after Project “Go Live” 5% of total CAPEX of

Request order

7. Successful completion of 4th year after Project “Go Live” 2.5% of total CAPEX of

Request order

8. Successful completion of 5th year after Project “Go Live” 2.5% of total CAPEX of

Request order

9. i. The contract period of 5 years are considered from the Go-Live date of 1st Request

Order. The payment of subsequent Request Orders will be made from the Go-Live date

of that request order till the completion of warranty period i.e. 3 years or 5 years as

mentioned in TQ_2.

ii. The Support cost for ICCC application projected by SI in their commercial bid will be

made equally on quarterly basis (20 quarters) at completion of each quarter after Project

“Go Live”. However, other OPEX projected by SI in their commercial bid will be made

equally on quarterly basis for 4th and 5th Year (8 quarters) at completion of each quarter.

iii. The payments are subject to meeting of SLA’s failing which the appropriate deductions

as mentioned in the SLA section of this RFP will be made applicable.

Note:

All payments to the SI shall be made upon submission of invoices along with necessary approval

certificates from concerned Authority like SSCDL, SMC, if applicable.

The above payments are subject to meeting of SLA’s failing which the appropriate deductions

as mentioned in the SLA document of this RFP.

Page 54: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 54 of 273

9 General Instructions on Preparation of Technical

Proposal

1. Bidders have to submit a very structured and organized technical bid, which will be analysed by

the SSCDL for different compliances with regards to the requirements of the project. The

document submitted must be searchable and well indexed without any handwritten material.

The quality and completeness of the information submitted by the Bidder will matter a lot. All

the documents must be submitted in one file only.

2. Bidder is expected to divide its Bid in following sections / documents:

a. Bidder’s Competence to execute the project

This document should bring about the capability of the firm to execute this project.

Bidder to submit the supporting documents for all parameters as mentioned in the

section 7 and section 13.

b. Technical Proposal: Bidders have to submit a structured and organized technical

proposal, which will be analysed by SSCDL for different compliances with regards to the

requirements of the project. Each point listed below must be provided in detail with the

necessary supporting documents and assumptions. Information to be included by the

bidders in their Technical Proposal is as follows:

Understanding of the Project Scope

Solution Architecture

Approach & Methodology for design, Supply, Installation, Commissioning, Go live and

maintenance during comprehensive onsite warranty support.

Approach and Methodology for Management of SLA Requirements specified in the bid.

Bidder is required to clearly articulate how the SLA requirements would be adhered.

Detailed Project Plan with timelines, resource allocation, milestones etc. for supply,

installation and commissioning of the various project components.

Risk Mitigation plan

c. Other Details

Bill of Material: This document should give details of all the proposed IT and non IT

components without specifying the costs. Please note that the bid shall get disqualified if

Bidder gives price details in the technical document.

Make and Model of all Components as per the format mentioned in TQ_2

Compliance to Technical and Functional Specifications from the Bidder: The

bidder (in case of consortium prime bidder) is required to provide the Compliance to

Technical and Functional Specifications in form of undertaking for all the items as

mentioned in Annexure II, III & IV.

Compliance to Technical and Functional Specifications from the Bidder and

OEM: The bidder must provide the Compliance to Technical and Functional

Page 55: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 55 of 273

Specifications for all the items as mentioned in Annexure II, III & IV from respective

OEMs on OEM’s letter head duly signed by authorised signatory of OEM. Bidder is also

required to submit the compliance for all items mentioned in Annexure II, III & IV.

Authorization letter from OEM: The bidder must submit the authorisation from the

OEM as per the format mentioned in TQ_1.

Datasheets: The bidder must submit the Datasheets highlighting the Technical

Specification mentioned in Annexure II & III parameters for all components so as to

derive the technical compliance of the proposed product with the technical specifications

of the RFP.

Page 56: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 56 of 273

10 Formats for Pre-Qualification Bid

10.1 Checklist for Pre- Qualification Document

# Documents to be submitted Submitted

(Y / N)

Documentary

Proof (Page No.)

1. Bid fee of Rs.20,160 [Rs. 18,000 + 12% GST] by Demand

Draft or Banker’s Cheque

2. EMD of Rs. 25,00,000 as per section 6.10

3. Bid Covering Letter (Form PQ_1)

4.

Power of attorney / board resolution to the authorized

Signatory of the RFP (in case of consortium, all members to

submit)

5. Particulars of the Bidders (Form PQ_2)

6.

Copy of Certificate of Incorporation/Registration

certificate/ Shop & Establishment Certificate (In case of

consortium, all members to submit)

7. Details of Annual Turnover and Networth for last three

financial years 2017-18, 2016-17, 2015-16 ( Form PQ_3)

8.

Certificate from the Statutory auditor / CA clearly specifying

the annual turnover and Networth for the specified years

(Form PQ_4). In case of consortium, all members to submit.

9.

Declaration letter that the firm is not blacklisted by Central

Government or any State Government organization / PSU in

India at the time of submission of the Bid, in the format

given in the RFP (Form PQ_5). In case of consortium, all

members to submit.

10. Affidavit on Non-judicial Rs 100 stamp paper (Form PQ_6).

In case of consortium, all members to submit.

11. Details of the projects executed ( Form PQ_7)

12. Copy of Audited Balance Sheet for last three financial years

2017-18, 2016-17, 2015-16.

13. Copy of the audited Profit & Loss Statements for last three

financial years 2017-18, 2016-17, 2015-16.

14. Copy of GST registration. In case of consortium, all

members to submit

15. Copy of PAN registration. In case of consortium, all

members to submit

16. Power of Attorney for Prime Bidder of Consortium (PQ_8)

Page 57: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 57 of 273

# Documents to be submitted Submitted

(Y / N)

Documentary

Proof (Page No.)

17. Consortium Agreement with clear defining roles and

responsibilities of each consortium partner

Note:

All Pre-qualification bid document(s)/ details should be duly sealed & signed as required.

Page 58: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 58 of 273

10.2 PQ_1: Pre-Qualification and Technical Bid Cover Letter

<<To be printed on bidder company’s letterhead and signed by Authorized signatory>>

Date: dd/mm/yyyy

To

Chief Executive Engineer,

115, Smart City Cell,

Surat Municipal Corporation – Head Quarter,

Muglisara, Main Road, Surat – 395003, Gujarat.

Subject: Selection of Implementing Agency for Integrated Command and Control Center (ICCC)

in Surat

Reference: Tender No :<No> Dated<DD/MM/YYYY>

Dear Sir/ Madam,

Having examined the Bid Document (and the clarification / corrigendum issued thereafter, if any),

the receipt of which is hereby duly acknowledged, we, the undersigned, offer to provide the

professional services as required and outlined in the Bid Document for the “Selection of

Implementing Agency for Integrated Command and Control Center (ICCC) in Surat”

in Surat City. We attach hereto our responses to Pre-Qualification, Technical-Qualification &

Commercial proposals as required by the Bid Document. We confirm that the information

contained in these responses or any part thereof, including the exhibits, and other documents and

instruments delivered or to be delivered to Surat Smart City Development Ltd., is true, accurate,

verifiable and complete. This response includes all information necessary to ensure that the

statements therein do not in whole or in part mislead SSCDL/SMC in its shortlisting process.

We fully understand and agree to comply that on verification, if any of the information provided

here is found to be misleading the selection process, we are liable to be dismissed from the selection

process or termination of the contract during the project, if selected to do so.

We agree for unconditional acceptance of all the terms and conditions set out in the Bid Document

(& subsequent clarification / corrigendum, if any) document and also agree to abide by this tender

response for a period of 180 days from the Bid Opening date. We hereby declare that in case the

contract is awarded to us, we shall submit the contract performance guarantee bond in the form

prescribed the Bid Document.

We agree that you are not bound to accept any tender response you may receive. We also agree that

you reserve the right in absolute sense to reject all or any of the products/ services specified in the

tender response.

It is hereby confirmed that I/We are entitled to act on behalf of our company/ corporation/ firm/

organization and empowered to sign this document as well as such other documents, which may be

required in this connection.

Page 59: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 59 of 273

Signature of Authorized Signatory (with official seal)

Name :

Designation :

Address :

Telephone& Fax :

E-mail address :

Page 60: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 60 of 273

10.3 PQ_2: Bidder Information Format

<<To be printed on prime bidder company’s letterhead and signed by Authorized signatory>>

To whomsoever it may concern,

Bidder information Format

Please find below the details of lead bidder and other consortium members for participation in

“Selection of Implementing Agency for Integrated Command and Control Center (ICCC) in Surat”

# Particulars

Lead Bidder / Sole

Bidder

(Consortium

Member #1)

(Consortium

Member #2)

1 Name of the organization

2 Type of Organization (Pvt. Ltd/ Public

Limited)

3 Country of registered Office

4 Address of Registered office

5 Company Registration Details

6 Date of Registration

7 PAN No

8 GST Registration No

9 Address of Registered office in India

10 No of years of operations in India

11 Authorized Signatory Name

12 Authorized Signatory Designation

13 Authorized Signatory Contact Details

Yours Sincerely,

Signature of Authorized Signatory (with official seal)

Name :

Designation :

Address :

Telephone& Fax :

E-mail address :

Note: To be submitted with any other supporting details specified as Document Proof in Section 5

and 10.1

Page 61: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 61 of 273

10.4 PQ_3: Bidder’s Annual turnover over last 3 financial years

<<To be printed on bidder company’s letterhead and signed by Authorized signatory. In case of

Consortium all members are required to submit >>

Date: dd/mm/yyyy

To

Chief Executive Engineer,

115, Smart City Cell,

Surat Municipal Corporation – Head Quarter,

Muglisara, Main Road, Surat – 395003, Gujarat.

Subject: Selection of Implementing Agency for Integrated Command and Control Center (ICCC)

in Surat

Sir/ Madam,

I have carefully gone through the Terms & Conditions contained in the RFP Document of Selection

of Implementing Agency for Integrated Command and Control Center (ICCC) in Surat

I hereby declare that below are the details regarding Overall turnover over last 3 financial years for

our organization.

# Details FY 2015-16

(i)

FY 2016-17

(ii)

FY 2017-18

(iii)

Average

Turnover

[(i)+(ii)+(iii)/3]

1

Overall Annual

Turnover- Prime

Bidder (Consortium

Member-1)

Contact Details of officials for future correspondence regarding the bid process:

Details Authorized Signatory Secondary Contact

Name

Title

Company Address

Mobile

Fax

Email Id

I further certify that I am competent officer in my company to make this declaration.

Page 62: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 62 of 273

Yours Sincerely,

Signature of Authorized Signatory (with official seal)

Name :

Designation :

Address :

Telephone& Fax :

E-mail address :

Note: To be submitted with any other supporting details specified as Document Proof in Section 5

and 10.1

Page 63: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 63 of 273

10.5 PQ_4: Auditor’s/CA Certificate for turnover for bidder

<<To be printed on CA/Auditors company’s letterhead and signed by Authorized signatory>>

<<NOTE: To be filed for each Member company in case of a consortium>>

Date: dd/mm/yyyy

This is to certify that the Annual Turnover from ICT and Networth as per books and records of

______________________________________________ for the following financial

years are as under.

# Financial Year Ending Annual

Turnover

(INR)

Networth

1. 31st March, 2016

2. 31st March, 2017

3. 31st March, 2018

Average Turnover

I further certify that I am competent officer in my company to make this declaration.

Yours Sincerely,

Signature of Auditor (with official seal)

Name :

Designation :

Address :

Telephone& Fax :

E-mail address :

Page 64: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 64 of 273

10.6 PQ_5: Self-Declaration – No Blacklisting

<<To be printed on bidders (or in case of consortium, each member of consortium) company’s

letterhead and signed by Authorized signatory>>

Date: dd/mm/yyyy

To

Chief Executive Engineer,

115, Smart City Cell,

Surat Municipal Corporation – Head Quarter,

Muglisara, Main Road, Surat – 395003, Gujarat.

Subject: Selection of Implementing Agency for Integrated Command and Control Center (ICCC)

in Surat

Sir/Madam,

In response to the Tender Ref. No. ______________________________________ dated

___________ Selection of Implementing Agency for Integrated Command and

Control Center (ICCC) in Surat Project, as an owner/ partner/ Director of

_________________________, I/ We hereby declare that presently our Company/ firm

___________________is not blacklisted or debarred by any Government / PSU on the date of

Bid Submission.

If this declaration is found to be incorrect then without prejudice to any other action that may be

taken, my/ our security may be forfeited in full and the tender if any to the extent accepted may be

cancelled.

Name of the Bidder :

Authorized Signatory :

Seal of the Organization :

Business Address :

Date :

Place :

Page 65: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 65 of 273

10.7 PQ_6: Affidavit

The affidavit format as indicated below to be furnished on non-judicial stamp paper of Rs: 100

(duly notarized) by bidder (or each member of consortium, in case of consortium)

Name of work: Selection of Implementing Agency for Integrated Command and Control Center

(ICCC) in Surat.

1. I, the undersigned, do hereby certify that all the statements made in the required attachments are true and correct.

2. The undersigned also hereby certifies that neither our firm M/s …………………………………. ……………………………. nor any of its constituent partners have abandoned any work in India nor any contract awarded to us for such works has been rescinded during last five years, from the date of this bid submission.

3. The undersigned hereby authorize(s) and request(s) any bank, person, authorities, government or public limited institutions, firm or corporation to furnish pertinent information deemed necessary and requested by the SSCDL/SMC to verify our statements or our competence and general reputation.

4. The undersigned understands and agreed that further qualifying information may be requested, and agrees to furnish any such information at the request of the SSCDL/SMC.

5. The SMC/SSCDL and its authorized representative are hereby authorized to conduct any inquiries or investigations to verify the statements, documents, and information submitted in connection with this application and to seek clarification from our bankers and clients regarding any financial and technical aspects. This Affidavit will also serve as authorization to any individual or authorized representative of any institution referred to in the supporting information, to provide such information deemed necessary and requested by you to verify statements and information provided in the tender or with regard to the resources, experience and competence of the Applicant.

6. My/ our offer shall not be considered in case of fake/ forged document(s) found during verification at any stage or at any stage of contract. I/ We are agreed to whatever action (s) taken by competent authority of corporation in the aforesaid circumstances such as forfeiture of security deposit and debarring from participation in future tenders for the period/ years as deemed fit by the corporation and informing the same to all other state/ central level Government/ semi government organizations.

Signed by the Authorized Signatory of the firm

Title of the office:

Name of the firm:

Date:

Page 66: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 66 of 273

10.8 PQ_7: Details of Experience

<<Note: To be filled for separately for Prime Bidder and consortium Member

companies>>

Date: dd/mm/yyyy

To

Chief Executive Engineer,

115, Smart City Cell,

Surat Municipal Corporation – Head Quarter,

Muglisara, Main Road, Surat – 395003, Gujarat.

Subject: Selection of Implementing Agency for Integrated Command and Control Center (ICCC)

in Surat.

Sir/Madam,

I have carefully gone through the Terms & Conditions contained in the RFP Document for

“Selection of Implementing Agency for Integrated Command and Control Center (ICCC) in Surat.”

I hereby declare that below are the details regarding relevant work that has been taken up by our

company and all the consortium members.

Name of the Project

Prime Bidder

Project

1

Project

2

Project

3 -

Project

n

General Information

Client for which the project was executed

Name of the client contact person(s)

Designation of client contact person(s)

Contact details of the client contact person(s)

Project Details

Description of the project

Scope of work of the Bidder

Deliverables of the Bidder

Outcomes of the project

Other Details

Total cost of the project

Total cost of the services provided by the

Bidder

Duration of the project (number of months,

start date, completion date, current status)

Other relevant information (Like number of

Cameras and Type of Camera, ANPR etc)

Mandatory Supporting Documents:

Page 67: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 67 of 273

Name of the Project

Prime Bidder

Project

1

Project

2

Project

3 -

Project

n

Work order / Contract for the project/

Purchase Order

Client Certificate giving present status of the

project and view of the quality of services by

the Bidder

Name of the Project

Consortium Member-2

Project

1 Project n

General Information

Client for which the project was executed

Name of the client contact person(s)

Designation of client contact person(s)

Contact details of the client contact person(s)

Project Details

Description of the project

Scope of work of the Bidder

Deliverables of the Bidder

Outcomes of the project

Other Details

Total cost of the project

Total cost of the services provided by the Bidder

Duration of the project (number of months, start date, completion

date, current status)

Other relevant information (Like number of Cameras and Type of

Camera, ANPR etc)

Mandatory Supporting Documents:

Work order / Contract for the project/ Purchase Order

Client Certificate giving present status of the project and view of

the quality of services by the Bidder

I further certify that I am competent officer in my company to make this declaration.

Yours Sincerely,

Signature of Authorized Signatory (with official seal)

Name :

Designation :

Address :

Telephone& Fax :

E-mail address :

Page 68: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 68 of 273

10.9 PQ_8: Power of Attorney for Prime Member of Consortium

Whereas the Surat Smart City Development Ltd., has invited applications from interested parties

for the Selection of “Implementing Agency for Integrated Command and Control Center

(ICCC) in Surat”.

Whereas …………………………..………., …………………………………….., ………………………………… and

……………………….. (Collectively “Consortium”) being Members of the Consortium are interested in

bidding for the Project in accordance with the terms and conditions of the Request for Proposal

(RFP document) and other connected documents in respect of the Project, and

Whereas, it is necessary for the Members of the Consortium to designate one of them as the Lead

Member with all necessary power and authority to do for and on behalf of the Consortium, all acts,

deeds and things as may be necessary in connection with the Consortium’s bid for the Project and

its execution.

NOW, THEREFORE, KNOW ALL MEN BY THESE PRESENTS

We, ………………………………………. Having our Registered office at ………………………………………….,

M/s,………………………………………. Having our Registered office at ………………………………………….,

M/s,………………………………………. Having our Registered office at ………………………………………….,

(hereinafter collectively referred to as the “Principals”) do hereby irrevocably designate, nominate,

constitute, appoint and authorize M/s. ……………………… having its registered office at

………………………………………………, being one of the Members of the Consortium, as the Lead

Member and true and lawful attorney of the Consortium (hereinafter referred to as the “Attorney”).

We hereby irrevocably authorize the Attorney (with power to sub-delegate) to conduct all business

for and on behalf of the Consortium and any one of us during the bidding process and, in the event

the Consortium is awarded the concession/contract, during the execution of the Project and in this

regard, to do on our behalf and on behalf of the Consortium, all or any of such acts, deeds or things

as are necessary or required or incidental to the pre-qualification of the Consortium and submission

of its bid for the Project, including but not limited to signing and submission of all applications,

bids and other documents and writings, participate in bidders and other conferences, respond to

queries, submit information/ documents, sign and execute contracts and undertakings consequent

to acceptance of the bid of the Consortium and generally to represent the Consortium in all its

dealings with the SSCDL, and/ or any other Government Agency or any person, in all matters in

connection with or relating to or arising out of the Consortium’s bid for the Project and/ or upon

award thereof till the Concession Agreement is entered into with the SSCDL.

AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things

done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred

by this Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise

of the powers hereby conferred shall and shall always be deemed to have been done by us/

Consortium.

IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS

POWER OF ATTORNEY ON THIS ……………… DAY OF ………………., 20….

Page 69: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 69 of 273

For …………………………………

(Signature)

…………………………………

(Name & Title)

For …………………………………

(Signature)

…………………………………

(Name & Title)

For …………………………………

(Signature)

…………………………………

(Name & Title)

Witnesses:

1.

2.

(Executants)

(To be executed by all the Members of the Consortium)

Notes:

The mode of execution of the Power of Attorney should be in accordance with the

procedure, if any, laid down by the applicable law and the charter documents of the

executant(s) and when it is so required, the same should be under common seal affixed in

accordance with the required procedure.

Also, wherever required, the Bidder should submit for verification the extract of the

charter documents and documents such as a board or shareholders’ resolution/power of

attorney in favour of the person executing this Power of Attorney for the delegation of

power hereunder on behalf of the Bidder.

For a Power of Attorney executed and issued overseas, the document will also have to be

legalized by the Indian Embassy and notarized in the jurisdiction where the Power of

Attorney is being issued. However, the Power of Attorney provided by Bidders from

countries that have signed the Hague Legislation Convention, 1961 are not required to be

legalized by the Indian Embassy if it carries a conforming Appostille certificate

Page 70: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 70 of 273

10.10 PQ_9: Format for Bank Guarantee for Bid Security (Earnest Money Deposit)

(To be printed on Rs. 100/- Stamp Paper)

This Deed of Guarantee is made on this ______day of __________, 2017 at

________________ by __________________ a _____________ Bank and having its

Head Office/Registered Office at _______________ and a Branch Office at ______________,

Surat (hereinafter referred to as “the Bank” or “the Guarantor”, which expression shall unless it be

repugnant to the subject or context hereof be deemed to include its successors and assigns) in

favour of Surat Smart City Development Ltd (SSCDL),having its Registered Office at

__________________________________ (hereinafter referred to as “Authority” which

expression shall unless it be repugnant to the subject or context hereof be deemed to include its

successors and assigns).

WHEREAS, the AUTHORITY undertook the process of competitive bidding in order to select the

most desirable firm/company for Design, Development, Implementation & Maintenance for ICCC

Project which purpose AUTHORITY issued a RFP document inviting Bids from the Bidders;

WHEREAS, [name of Bidder] (hereinafter called “the Bidder”) has submitted his Bid dated [date]

for the execution of the Works (hereinafter called “the Bid”).

In the event of any breach or non-performance of the following terms and conditions contained in

the Tender document:

(1) If the Bidder withdraws or modifies his Bid during the period of Bid validity specified in the

Tender; or

(2) If the Bidder refuses to accept the correction of errors in his Bid; or

(3) If the Bidder submits a conditional Bid which would affect unfairly the competitive

provision of other Bidders who submitted substantially responsive Bids and/or is not accepted by

AUTHORITY, or

(4) if the Bidder, having been notified of the acceptance of his Bid by the AUTHORITY during

the period of Bid validity and the bidder fails or refuses to execute the Agreement in accordance

with the Tender documents;

(5) If the bidder engages in fraudulent or corrupt practices

The Guarantor agrees absolutely, irrevocably and unconditionally guarantees and undertakes to

pay to AUTHORITY a sum of Indian Rupees …………………… (Amount of EMD in INR) without any

protest or demur and upon receipt of first written demand from AUTHORITY, without having to

substantiate his demand, provided that in his demand AUTHORITY will note that the amount

claimed by him is due to him owing to the occurrence of any one or more of the conditions,

specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date _________ (180 days) days beyond

the original validity period for the bid or as it may be extended by the bidder on a written request by

Page 71: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 71 of 273

AUTHORITY, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of

this Guarantee should reach the Bank not later than the above date.

The jurisdiction in relation to this Guarantee shall be the Courts at Surat and Indian Law shall be

applicable.

The claim in respect of this Bank Guarantee shall be admissible at any of our Surat Branches and such

Bank Guarantee is encashable at Surat Branch.

IN WITNESS WHEREOF the Guarantor has executed this Guarantee on this _____ day of

_______________and year first herein above written.

Signed and delivered by the

above named ________________Bank by

its Authorized Signatory as authorized by

Board Resolution passed on ______/

Power of Attorney dated […………]

________________

Authorized Signatory

Name :

Designation:

In the presence of:

1.

2.

Page 72: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 72 of 273

11 Formats for Technical-Qualification Bid

11.1 Checklist for Technical- Qualification Document

# Documents to be submitted Submitted

(Y / N)

Documentary

Proof (Page No.)

1. Details of Annual Turnover and Networth for last three

financial years 2017-18, 2016-17, 2015-16 ( Form PQ_3)

2.

Certificate from the Statutory auditor / CA clearly specifying

the annual turnover and Networth for the specified years

(Form PQ_4). In case of consortium, all members to submit.

3. Details of the projects executed ( Form PQ_7)

4. Authorization letter from OEMs (Form TQ_1)

5. Make & Model as per TQ_2

6. Compliance to Technical and Functional Specifications from

the Bidder as per Annexure II, III & IV.

7.

Compliance to Technical and Functional Specifications from

the OEM for components mentioned in Annexure II, III &

IV..

8.

Datasheets highlighting the Technical Specification

parameters in each datasheet for compliances as mentioned

in Annexure II, III & IV.

9. Technical Proposal as mentioned in Section 9 and 11

Note:

All Technical-qualification bid document(s)/ details should be duly sealed & signed as required.

In case of the deviation in the authorization letter by the manufacturer & forwarding letter; the price bid of such bidder will not be opened.

Any conditional mention regarding any technical details or prices in any document(s)/ forwarding letter; price bid of such bidder will not be opened.

Page 73: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 73 of 273

11.2 TQ_1: Format for Authorization Letters from OEMs

<<To be printed on letter head of OEM and signed by Authorized signatory of OEM>>

Date: dd/mm/yyyy

To

Chief Executive Engineer,

115, Smart City Cell,

Surat Municipal Corporation – Head Quarter,

Muglisara, Main Road, Surat – 395003, Gujarat.

Subject: Selection of Implementing Agency for Integrated Command and Control Center (ICCC)

in Surat

Ref : Tender No: <No> Dated <DD/MM/YYYY>

Dear Sir/ Madam,

We _______________________, (name and address of the manufacturer) who are established

and reputed manufacturers of __________________ having factories at

__________________ (addresses of manufacturing / development locations) do hereby

authorize M/s _______________________ (name and address of the bidder) to bid, negotiate

and conclude the contract with you against the above mentioned tender for below mentioned

equipment / software manufactured / developed by us.

Sr. No. Product Name Make & Model

1

2

n

<< for components with 3 years of warranty support>>

We herewith certify that the above mentioned equipment / software products are neither end of

sale nor end of the life and we hereby undertake to support these equipment / software till the

successful completion of O&M phase (3 years of Warranty Support and 2 years of O&M).

<< for components with 5 years of warranty support>>

We herewith certify that the above mentioned equipment / software products are neither end of

sale nor end of the life and we hereby undertake to support these equipment / software till the

successful completion of 5 years of warranty from the date of Go-Live.

Yours faithfully,

(Signature of the Authorized Signatory from OEM)

Name

Designation

Date:

Place:

Page 74: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 74 of 273

11.3 TQ_2: Format for Specifying the Make & Model

# Description Unit of

Measurement Quantity

Warranty

in Years

Proposed

Make

Proposed

Model/Version

Bidder’s

Compliance as

per Annexure II

& III on Letter

Head and

Datasheets

submission

OEM’s

Compliance

as per

Annexure

II & III on

OEM’s

Letter

Head

OEM’s

Compliance

as per TQ_1

IT Hardware Components for ICCC

1 Desktop PC Number 75 3 Yes Yes Yes Yes Yes

2 Workstations for ICCC

Operators Number 50 3 Yes Yes Yes Yes Yes

3 49" Curved Monitor for

ICCC Operators Number 50 3 Yes Yes Yes Yes Yes

4 Monochrome Printer Number 20 3 Yes Yes Yes Yes Yes

5 Multi Function Printer -

1 Number 5 3 Yes Yes Yes Yes Yes

6 Multi Function Printer -

2 (Heavy Duty) Number 2 3 Yes Yes Yes Yes Yes

7 Colour Laser Printer Number 1 3 Yes Yes Yes Yes Yes

8 Indoor Wifi Access

Points Number 30 5 Yes Yes Yes Yes Yes

9 Projector-1 (6000

lumens) Number 2 3 Yes Yes Yes Yes Yes

Page 75: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 75 of 273

# Description Unit of

Measurement Quantity

Warranty

in Years

Proposed

Make

Proposed

Model/Version

Bidder’s

Compliance as

per Annexure II

& III on Letter

Head and

Datasheets

submission

OEM’s

Compliance

as per

Annexure

II & III on

OEM’s

Letter

Head

OEM’s

Compliance

as per TQ_1

10 Projector-2 (3000

lumens) Number 1 3 Yes Yes Yes Yes Yes

11 Projector Screen 1 (200

Inch) Number 2 3 Yes Yes Yes Yes Yes

12 Projector Screen 2 (100

Inch) Number 1 NA Yes Yes Yes Yes Yes

13 55" LED Display Screen Number 15 3 Yes Yes Yes Yes Yes

14 Video Conference System Number 1 3 Yes Yes Yes Yes Yes

15

Video Wall Cubes-

70/72" DLP (2 video

walls of 14 X 4 matrix)

Number 112 5 Yes Yes Yes Yes Yes

16

Network based Video

Wall Controller (for 60

inputs and 60 outputs)

Number 2 5 Yes Yes Yes Yes Yes

17 Video Wall Monitoring

Software Number 1 5 Yes Yes Yes Yes Yes

18 8 Port web managed

POE+ switch Number 5 5 Yes Yes Yes Yes Yes

19 24 Port web manged

switch Number 5 5 Yes Yes Yes Yes Yes

Page 76: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 76 of 273

# Description Unit of

Measurement Quantity

Warranty

in Years

Proposed

Make

Proposed

Model/Version

Bidder’s

Compliance as

per Annexure II

& III on Letter

Head and

Datasheets

submission

OEM’s

Compliance

as per

Annexure

II & III on

OEM’s

Letter

Head

OEM’s

Compliance

as per TQ_1

20 24 Port web manged

POE+ switch Number 15 5 Yes Yes Yes Yes Yes

21 48 Port web managed

Switch Number 10 5 Yes Yes Yes Yes Yes

22 10 G SFP+ LX

transceiver module Number 70 5 Yes Yes Yes Yes Yes

IT Hardware Components for Data Center

23 DC Core Switch Number 2 5 Yes Yes Yes Yes Yes

24

10G BASE-T RJ-45

Copper Transceiver

Module for DC Core

Switch

Number 25 5 Yes Yes Yes Yes Yes

25

10 G SFP+ LX transceiver

Module for DC Core

Switch

Number 50 5 Yes Yes Yes Yes Yes

26

40G QSFP+LX

transceiver Module for

DC Core Switch

Number 16 5 Yes Yes Yes Yes Yes

27 DC Aggregation Switch Number 6 5 Yes Yes Yes Yes Yes

Page 77: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 77 of 273

# Description Unit of

Measurement Quantity

Warranty

in Years

Proposed

Make

Proposed

Model/Version

Bidder’s

Compliance as

per Annexure II

& III on Letter

Head and

Datasheets

submission

OEM’s

Compliance

as per

Annexure

II & III on

OEM’s

Letter

Head

OEM’s

Compliance

as per TQ_1

28

10 G SFP base T copper

transceiver for DC

Aggregration Switch

Number 25 5 Yes Yes Yes Yes Yes

29

10 G SFP+ LX transceiver

for DC Aggregration

Switch

Number 75 5 Yes Yes Yes Yes Yes

30

40G QSFP+LX

transceiver for DC

Aggregration Switch

Number 12 5 Yes Yes Yes Yes Yes

31

DC Application &

Delivery Controller with

Global Server Load

Balancing

Number 2 5 Yes Yes Yes Yes Yes

32

Wireless LAN controller

(Hardware/Software

with server) with

necessary licenses

Number 1 5 Yes Yes Yes Yes Yes

33 Rack Servers for SMC

Own Requirement Number 9 5 Yes Yes Yes Yes Yes

34 Blade/Rack Servers for

SI's Solution under RFP Number To be

specified by 5 Yes Yes Yes Yes Yes

Page 78: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 78 of 273

# Description Unit of

Measurement Quantity

Warranty

in Years

Proposed

Make

Proposed

Model/Version

Bidder’s

Compliance as

per Annexure II

& III on Letter

Head and

Datasheets

submission

OEM’s

Compliance

as per

Annexure

II & III on

OEM’s

Letter

Head

OEM’s

Compliance

as per TQ_1

bidder as

per sizing

35

Blade Chassis for Blade

Server for above

mentioned Blade Servers

Number

To be

specified by

bidder as

per sizing

5 Yes Yes Yes Yes Yes

36

Storage with 2 no. of SAN

Switches & Complete

mounting accessories

Number 1 5 Yes Yes Yes Yes Yes

Software Components for Data Center

37

ICCC Software with

perpetual license with

unlimited sensors

Number 1 3 Yes Yes Yes Yes Yes

38

ICCC Software

integration &

implementation Cost per

Use Case

Use Case 50 NA Yes Yes Yes Yes Yes

39

Call Center Management

Solution (Software +

License)

Number 1 3 Yes Yes Yes NA NA

Page 79: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 79 of 273

# Description Unit of

Measurement Quantity

Warranty

in Years

Proposed

Make

Proposed

Model/Version

Bidder’s

Compliance as

per Annexure II

& III on Letter

Head and

Datasheets

submission

OEM’s

Compliance

as per

Annexure

II & III on

OEM’s

Letter

Head

OEM’s

Compliance

as per TQ_1

40

Enterprise Security &

Antivirus Software

License for all Servers

Number

To be

specified by

bidder as

per

requirement

3 Yes Yes Yes Yes NA

41 Server OS Licenses (for

physical Servers) Number

To be

specified by

bidder as

per

requirement

NA Yes Yes Yes Yes NA

42 Server OS Licenses (for

VMs) Number

To be

specified by

bidder as

per

requirement

NA Yes Yes Yes Yes NA

43 Database Licenses Number

To be

specified by

bidder as

per

requirement

NA Yes Yes Yes Yes Yes

44 Virtualisation

Management Software Number

To be

specified by

bidder as

NA Yes Yes Yes Yes Yes

Page 80: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 80 of 273

# Description Unit of

Measurement Quantity

Warranty

in Years

Proposed

Make

Proposed

Model/Version

Bidder’s

Compliance as

per Annexure II

& III on Letter

Head and

Datasheets

submission

OEM’s

Compliance

as per

Annexure

II & III on

OEM’s

Letter

Head

OEM’s

Compliance

as per TQ_1

per

requirement

45 Virtualisation Host

Licenses Number

To be

specified by

bidder as

per

requirement

NA NA NA NA NA NA

46

MS Office Business 2019

(standard one-time

purchase) License

Number 100

Civil and Non IT for Data Center and ICCC

47 42U Rack Number 15 3 Yes Yes Yes Yes Yes

48 IP KVM Switch Number 1 3 Yes Yes Yes Yes Yes

49 Access Control System Number 1 3 Yes Yes Yes Yes Yes

50 Fire Detection and Alarm

System Number 1 3 Yes Yes Yes Yes Yes

Page 81: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 81 of 273

# Description Unit of

Measurement Quantity

Warranty

in Years

Proposed

Make

Proposed

Model/Version

Bidder’s

Compliance as

per Annexure II

& III on Letter

Head and

Datasheets

submission

OEM’s

Compliance

as per

Annexure

II & III on

OEM’s

Letter

Head

OEM’s

Compliance

as per TQ_1

51 Water Leak Detection

System Number

To be

specified by

bidder as

per

requirement

3 Yes Yes Yes Yes Yes

52 Rodent Repellent System Number

To be

specified by

bidder as

per

requirement

3 Yes Yes Yes Yes Yes

53 Fire Suppression System Number 1 3 Yes Yes Yes Yes Yes

54 PAC System of 10 tonnes

each Number 4 5 Yes Yes Yes Yes Yes

55 Data Center Management

System Number 1 3 Yes Yes Yes Yes Yes

56

Civil Work for DC

(Raised Floor, False

Ceiling, Ducting, Access

Doors, Painting,

Partitioning etc )

sq ft 1419 NA NA NA NA NA NA

Page 82: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 82 of 273

12 Commercial Bid Format & Instructions

12.1 Cover letter for Commercial Bid

<<To be printed on letter head of Prime Bidder and signed by Authorized signatory

of Prime bidder>>

Date: dd/mm/yyyy

To

Chief Executive Engineer,

115, Smart City Cell,

Surat Municipal Corporation - Head Quarter,

Muglisara, Main Road, Surat - 395003, Gujarat.

Subject: Selection of Implementing Agency for Integrated Command and Control Center (ICCC)

in Surat.

Reference: Tender No :<No> Dated<DD/MM/YYYY>

Dear Sir/ Madam,

We, the undersigned Bidders, having read and examined in detail all the bidding documents in

respect of “Selection of Implementing Agency for Integrated Command and Control

Center (ICCC) in Surat” do hereby propose to provide services as specified in the Bid Document

referred above.

1. PRICE AND VALIDITY

All the prices mentioned in our Tender are in accordance with the terms as specified in the

Tender documents. All the prices and other terms and conditions of this Tender are valid

for entire contract duration.

We hereby confirm that our Tender prices include all taxes. Taxes are quoted separately

under relevant sections, as specified in the Bid Document formats.

We have studied the clause relating to Indian Income Tax and hereby declare that if any

income tax, surcharge on Income Tax, Professional and any other corporate Tax in

altercated under the law, we shall pay the same.

2. DEVIATIONS

We declare that all the services shall be performed strictly in accordance with the Bid

Documents and there are no deviations except for those mentioned in eligibility criteria

documents, irrespective of whatever has been stated to the contrary anywhere else in our bid.

Further we agree that additional conditions, if any, found in our bid documents, other than

those stated in the deviation schedule in eligibility criteria documents, shall not be given effect

to.

3. QUALIFYING DATA

Page 83: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 83 of 273

We confirm having submitted the information as required by you in your Instruction to Bidders.

In case you require any other further information/documentary proof in this regard before

evaluation of our Tender, we agree to furnish the same in time to your satisfaction.

4. BID PRICE

We declare that our Bid Price is for the entire scope of the work as specified in the Bid

Document. The bid price at which the contract is awarded shall hold good for entire tenure of

the contract. These prices are indicated in the subsequent sub-sections of this Section.

5. CONTRACT PERFORMANCE GUARANTEE BOND

We hereby declare that in case the contract is awarded to us, we shall submit the contract

Performance Bank Guarantee in the form prescribed in the Bid Document.

We hereby declare that our Tender is made in good faith, without collusion or fraud and the

information contained in the Tender is true and correct to the best of our knowledge and belief.

We understand that our Tender is binding on us and that you are not bound to accept a Tender you

receive. We confirm that no Technical deviations are attached here with this commercial offer.

Thanking you,

Yours faithfully,

(Signature of the Authorized Signatory)

Name

Designation

Seal.

Date:

Place:

Business Address:

Page 84: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 84 of 273

12.2 General Instructions

1. Bidder should provide all prices as per the prescribed format under this Section.

2. All the prices are to be entered in Indian Rupees (INR) only

3. The Prices mentioned in the Price Bid should include all applicable taxes & duties as

applicable. The L1 evaluation will be done exclusive of taxes but inclusive of any duties

applicable to the products which are not covered under GST. The bidder to quote the duties

along with the rate of products proposed for L1 evaluation. The SI needs to account for all

Out of Pocket expenses due to Boarding, Lodging and other related items.

4. SSCDL shall be entitled to deduct tax at source or any other taxes/ cess as may be applicable

5. It is mandatory to provide breakup of all Taxes, Duties and Levies wherever asked for.

6. SSCDL reserves the right to ask the SI to submit proof of payment against any of the taxes,

duties, levies indicated.

7. The Unit Rate as mentioned in the following formats may be used for the purpose of ‘Change

Order’ for respective items, if any. However, based on the market trends, SSCDL retains the

right to negotiate this rate for future requirement

8. Quantities mentioned in the commercial formats are indicative in number. SSCDL may or

may not procure the listed components in mentioned quantities. SSCDL has the rights to

delete any of the component before final implementation. Also, SSCDL reserves the right to

remove any of the line components (as per BOQ provided).

9. The quantity specified in BOQ( TQ_2) & Price Bid should be same.

10. Any additional component required as part of Data Centre Structured Cabling solution shall

be provided/supplied without any additional cost during the entire contract duration.

11. No escalations of prices will be considered under any circumstances.

12. The successful bidder shall not object to the upward or downward variation in quantities of

any item. SSCDL/SMC may or may not procured certain items as mentioned in Price Bid, if

required.

13. The rates mentioned in the price bid for “ICCC software integration and implementation

cost per use case” will be valid during the entire contract period and for other items it will

be valid for the period of 3 years from the date of issuance of the RO1.

14. No claim shall be entertained or become payable for price variation of additional quantities

15. Bidder shall be bound to give same or more % of discount on the list price of the OEMs on

the future purchases (additional purchases within the contract period) by SSCDL or. Bidder

shall ensure that the future products supplied are of latest specifications as per the OEM

roadmap.

Page 85: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 85 of 273

16. For the purpose of evaluation of Commercial Bids, SSCDL shall make appropriate

assumptions to arrive at a common Bid price for all the bidders. This however shall have no

co-relation with the Contract value or actual payment to be made to the Bidder.

17. SSCDL also intends to utilize various rates obtained through this tender for requirements

across various departments. Bidders are requested to factor this larger demand and give the

best possible rate to SSCDL.

18. Line items mentioned in the Commercial Formats are for representation purpose and SI

may propose alternate technology / solution (with proper justification). Bidders are

required to suitably add line items / merge the cost components depending upon their

proposed solution.

19. No escalations of prices will be considered under any circumstances.

Page 86: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 86 of 273

12.3 Commercial Bid Format

A1. CAPITAL EXPENDITURE (CAPEX)

A1. CAPITAL EXPENDITURE (CAPEX)

# Description Unit of

Measurement

Quantity

(A)

Unit Rate

(w/o GST)

(INR) (B)

Total w/o

GST

C=A*B

(INR)

Applicable

GST (G)%

Total GST

D =C*G%

(INR)

Total With

GST

E=C+D

(INR)

SITC of IT Hardware Components for ICCC

1 Desktop PC Number 75

2 Workstations for ICCC Operators Number 50

3 49" Curved Monitor for ICCC

Operators

Number 50

4 Monochrome Printer Number 20

5 Multi Function Printer - 1 Number 5

6 Multi Function Printer -2 (Heavy

Duty)

Number 2

7 Colour Laser Printer Number 1

8 Indoor Wifi Access Points Number 30

9 Projector-1 (6000 lumens) Number 2

10 Projector-2 (3000 lumens) Number 1

11 Projector Screen 1 (200 Inch) Number 2

12 Projector Screen 2 (100 Inch) Number 1

Page 87: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 87 of 273

A1. CAPITAL EXPENDITURE (CAPEX)

# Description Unit of

Measurement

Quantity

(A)

Unit Rate

(w/o GST)

(INR) (B)

Total w/o

GST

C=A*B

(INR)

Applicable

GST (G)%

Total GST

D =C*G%

(INR)

Total With

GST

E=C+D

(INR)

13 55" LED Display Screen Number 15

14 Video Conference System Number 1

15 Video Wall Cubes- 70/72" DLP (2

video walls of 14 X 4 matrix)

Number 112

16 Network based Video Wall Controller

(for 60 inputs and 60 outputs)

Number 2

17 Video Wall Monitoring Software Number 1

18 8 Port web managed POE+ switch Number 5

19 24 Port web manged switch Number 5

20 24 Port web manged POE+ switch Number 15

21 48 Port web managed Switch Number 10

22 10 G SFP+ LX transceiver module Number 70

SITC of IT Hardware Components for Data Center

23 DC Core Switch Number 2

24

10G BASE-T RJ-45 Copper

Transceiver Module for DC Core

Switch

Number

25

25 10 G SFP+ LX transceiver Module for

DC Core Switch

Number 50

Page 88: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 88 of 273

A1. CAPITAL EXPENDITURE (CAPEX)

# Description Unit of

Measurement

Quantity

(A)

Unit Rate

(w/o GST)

(INR) (B)

Total w/o

GST

C=A*B

(INR)

Applicable

GST (G)%

Total GST

D =C*G%

(INR)

Total With

GST

E=C+D

(INR)

26 40G QSFP+LX transceiver Module

for DC Core Switch

Number 16

27 DC Aggregation Switch Number 6

28 10 G SFP base T copper transceiver

for DC Aggregration Switch

Number 25

29 10 G SFP+ LX transceiver for DC

Aggregration Switch

Number 75

30 40G QSFP+LX transceiver for DC

Aggregration Switch

Number 12

31 DC Application & Delivery Controller

with Global Server Load Balancing

Number 2

32

Wireless LAN controller

(Hardware/Software with server)

with necessary licenses

Number 1

33 Rack Servers for SMC Own

Requirement

Number 9

34 Storage with 2 no. of SAN Switches &

Complete mounting accessories

Number 1

SITC of Software Components for Data Center

35 ICCC Software with perpetual license

with unlimited sensors

Number 1

Page 89: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 89 of 273

A1. CAPITAL EXPENDITURE (CAPEX)

# Description Unit of

Measurement

Quantity

(A)

Unit Rate

(w/o GST)

(INR) (B)

Total w/o

GST

C=A*B

(INR)

Applicable

GST (G)%

Total GST

D =C*G%

(INR)

Total With

GST

E=C+D

(INR)

36 ICCC Software integration &

implementation Cost per Use Case

Use Case 50

37 Call Center Management Solution

(Software + License)

Number 1

38 MS Office Business 2019 (standard

one-time purchase) License

Number 100

Civil and Non IT for Data Center and ICCC

39 42U Rack Number 15

40 IP KVM Switch Number 1

41 Access Control System Number 1

42 Fire Detection and Alarm System Number 1

43 Fire Suppression System Number 1

44 Data Center Management System Number 1

45 Civil Work for DC (Raised Floor, False

Ceiling, Ducting, Access Doors,

Painting, Partitioning etc )

sq ft 1419

46 PAC system of 10 tonnes each Number 4

Total (INR)- Without GST

Total (INR)- With GST

Page 90: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 90 of 273

A1. CAPITAL EXPENDITURE (CAPEX)

# Description Unit of

Measurement

Quantity

(A)

Unit Rate

(w/o GST)

(INR) (B)

Total w/o

GST

C=A*B

(INR)

Applicable

GST (G)%

Total GST

D =C*G%

(INR)

Total With

GST

E=C+D

(INR)

Total (INR)- Without GST in

Words

A2. CAPITAL EXPENDITURE (CAPEX) - Bidder to specify the quantity

A2. CAPITAL EXPENDITURE (CAPEX) - Bidder to specify the quantity

# Description Unit of

Measurement

Quantity

(A)

Unit Rate

(w/o GST)

(INR) (B)

Total w/o

GST C=A*B

(INR)

Applicable

GST (G)%

Total

GST

D =C*G%

(INR)

Total With

GST

E=C+D

(INR)

SITC of IT Hardware Components for Data

Center

1

Blade/Rack Servers for SI's Solution

under RFP

Number To be

specified by

bidder as

per sizing

2

Blade Chassis for Blade Server for

above mentioned Blade Servers

Number To be

specified by

bidder as

per sizing

SITC of Software Components for

Data Center

Page 91: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 91 of 273

A2. CAPITAL EXPENDITURE (CAPEX) - Bidder to specify the quantity

# Description Unit of

Measurement

Quantity

(A)

Unit Rate

(w/o GST)

(INR) (B)

Total w/o

GST C=A*B

(INR)

Applicable

GST (G)%

Total

GST

D =C*G%

(INR)

Total With

GST

E=C+D

(INR)

3 Enterprise Security & Antivirus

Software License for all Servers

Number To be

specified by

bidder as

per

requirement

4

Server OS Licenses (for physical

Servers)

Number To be

specified by

bidder as

per

requirement

5 Server OS Licenses (for VMs) Number To be

specified by

bidder as

per

requirement

6

Database Licenses Number To be

specified by

bidder as

per

requirement

7 Virtualisation Management

Software

Number To be

specified by

bidder as

Page 92: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 92 of 273

A2. CAPITAL EXPENDITURE (CAPEX) - Bidder to specify the quantity

# Description Unit of

Measurement

Quantity

(A)

Unit Rate

(w/o GST)

(INR) (B)

Total w/o

GST C=A*B

(INR)

Applicable

GST (G)%

Total

GST

D =C*G%

(INR)

Total With

GST

E=C+D

(INR)

per

requirement

8

Virtualisation Host Licenses Number To be

specified by

bidder as

per

requirement

Civil and Non IT for Data Center

and ICCC

9 Water Leak Detection System Number To be

specified by

bidder as

per

requirement

10 Rodent Repellent System Number To be

specified by

bidder as

per

requirement

Total (INR)- Without GST

Total (INR)- With GST

Page 93: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 93 of 273

A2. CAPITAL EXPENDITURE (CAPEX) - Bidder to specify the quantity

# Description Unit of

Measurement

Quantity

(A)

Unit Rate

(w/o GST)

(INR) (B)

Total w/o

GST C=A*B

(INR)

Applicable

GST (G)%

Total

GST

D =C*G%

(INR)

Total With

GST

E=C+D

(INR)

Total (INR)- Without GST in

Words

SUMMARY OF CAPEX COST

Total (INR)- Without GST (A=A1+A2)

Total (INR)- With GST(A=A1+A2)

Total (INR)- Without GST in Words

B1. OPERATION AND MAINTENANCE EXPENDITURE (OPEX)

B1. OPERATION AND MAINTENANCE EXPENDITURE (OPEX)

# Description

Unit Rate / Year

(w/o GST) (INR) (A)

Total w/o GST for 4th & 5th

Year B=A*2 (INR)

Applicable GST (G)%

Total GST C=B*G%

(INR)

Total With GST for 4th & 5th

Year D=B+C (INR)

IT hardware for ICCC

1 Desktop PC

2 Workstations for ICCC Operators

3 49" Curved Monitor for ICCC Operators

4 Monochrome Printer

5 Multi Function Printer - 1

Page 94: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 94 of 273

B1. OPERATION AND MAINTENANCE EXPENDITURE (OPEX)

# Description

Unit Rate / Year

(w/o GST) (INR) (A)

Total w/o GST for 4th & 5th

Year B=A*2 (INR)

Applicable GST (G)%

Total GST C=B*G%

(INR)

Total With GST for 4th & 5th

Year D=B+C (INR)

6 Multi Function Printer -2 (Heavy Duty)

7 Colour Laser Printer

8 Projector-1 (6000 lumens)

9 Projector-2 (3000 lumens)

10 Projector Screen 1 (200 Inch)

11 55" LED Display Screen

12 Video Conference System

Civil and Non IT for Data Center and ICCC

13 Access Control System

14 Fire Alarm & Smoke Detector System/VESDA

15 Water Leak Detection System

16 Rodent Repellent System

17 Fire Suppression System

18 Data Center Management System

Page 95: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 95 of 273

B1. OPERATION AND MAINTENANCE EXPENDITURE (OPEX)

# Description

Unit Rate / Year

(w/o GST) (INR) (A)

Total w/o GST for 4th & 5th

Year B=A*2 (INR)

Applicable GST (G)%

Total GST C=B*G%

(INR)

Total With GST for 4th & 5th

Year D=B+C (INR)

ATS Charges (OEM)

19 ICCC Software Application

20 Call Center Management Solution

21 Enterprise Security & Antivirus Software License for all Servers

22 Virtualisation Software Support

Total (INR)- Without GST

Total (INR)- With GST

Total (INR)- Without GST in Words

B2. APPLICATION SUPPORT COST (BIDDER)

B2. Application Support Cost (Bidder)

# Description

Unit Rate / Year

(w/o GST) (INR) (A)

Total w/o GST for 5 Years

B=A*5 (INR)

Applicable GST (G)%

Total GST C =B*G%

(INR)

Total With GST for 5 Years

D=B+C (INR)

1 SI's Support cost including onsite manpower deployment

3,00,000.00

15,00,000.00

18% 2,70,000.00

17,70,000.00

Total (INR)- Without GST

Total (INR)- With GST

Total (INR)- Without GST in Words

Page 96: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 96 of 273

SUMMARY OF OPEX COST

Total (INR)- Without GST (B=B1+B2)

Total (INR)- With GST(B=B1+B2)

Total (INR)- Without GST in Words

C. PROJECT SUMMARY

C. Project Summary

# Commercial Bid Summary Total Price (INR) w/o Tax Total Price (INR) with Tax

1 CAPEX (A1+A2)

2 OPEX (B1+B2)

Total Project Cost (INR)

Total Project Cost In words

Page 97: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 97 of 273

13 Annexure I: Detailed Scope of Work and

Considerations

The SI will be required and responsible to carry out various activities as detailed below during the

implementation and post implementation period for the duration of the contract.

13.1 Inception Phase

The SI will be responsible for preparation of detailed project plan. The plan shall address the

minimum requirements as following:

1. Define an organized set of activities for the project and identify the interdependence between

them.

2. Resource planning and loading for each phase/activity. This must also indicate where each

resource would be based during that phase, i.e. onsite at the SSCDL office or off site at SI

premises.

3. Establish and measure resource assignments and responsibilities

4. Highlight the milestones and associated risks

5. Communicate the project plan to stakeholders with meaningful reports.

6. Measure project deadlines and performance objectives.

7. Project Progress Reporting. During the implementation of the project, the SI should present

weekly reports. This report will be presented in the steering committee meeting to SSCDL.

The report should contain at the minimum the under mentioned:

Results accomplished during the period (weekly)

Cumulative deviations from the schedule date as specified in the finalized Project

Plan

Corrective actions to be taken to return to planned schedule of progress

Plan for the next week

Proposed revision to planned schedule provided such revision is necessitated by

reasons beyond the control of SI

Support needed

Highlights/lowlights

Issues/Concerns

Risks/Show stoppers along with mitigation

8. Identify the activities that require the participation of client personnel (including SSCDL,

the Program Management Unit etc.) and communicate their time requirements and schedule

early enough to ensure their full participation at the required time.

13.2 Requirement Phase

The SI must perform the detailed assessment of the business requirements and IT Solution

requirements as mentioned in this RFP. Based on the understanding and its assessment, SI shall

develop & finalize the System Requirement Specifications (SRS) in consultation with SSCDL and

its representatives. While doing so, SI is expected to do following:

Page 98: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 98 of 273

1. SI shall study and revalidate the requirements given in the RFP with SSCDL and submit as

an exhaustive FRS document.

2. SI shall develop the FRS and SRS documents.

3. SI shall develop and follow standardized template for requirements capturing and system

documentation.

4. SI must maintain traceability matrix from SRS stage for the entire implementation.

5. For all the discussion with SSCDL team, SI shall be required to be present at SSCDL office

with the requisite team members.

13.3 Design Phase

The SI shall build the solution as per the Design Considerations detailed in Section 4. The solution

proposed by SI should comply with the design considerations requirements as mentioned therein.

SI is responsible to design the solution as per proposed architecture mentioned in section 4.2 by

considering the technical benchmark/ specifications mentioned in Annexure II, III and IV

respectively for Software and Hardware components.

The SI is also responsible to design the data center (site preparation) proposed at ICCC. The

building drawings are provided separately.

13.4 Development / Implementation Phase

The SI shall carefully consider the scope of work and provide a solution that best meets the project’s

requirements as mentioned in this RFP. The implementation of the application software will follow

the procedure mentioned below:

1. Software Products (Configuration and Customization): The following is required to be adhered:

SI will be responsible for supplying the application and licenses of related

software products and installing and configuring the same so as to meet project

requirements.

SI shall have provision for procurement of licenses in a staggered manner as per the actual

requirement of the project.

2. SI shall also supply any other tools & accessories required to make the integrated solution

complete as per requirements. For the integrated solution, the SI shall supply:

Software & licenses.

Supply tools, accessories, documentation and provide a list of the same. Tools and

accessories shall be part of the solution.

System Documentation: System Documentation both in hard copy and soft copy

to be supplied along with licenses and shall include but not limited to following.

Documentation to be maintained, updated and submitted to SSCDL/SMC

regularly :

- Functional Requirement Specification (FRS)

- System Requirements Specifications (SRS)

Page 99: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 99 of 273

- Design Document

- Any other explanatory notes about system

- Traceability matrix

- Technical and product related manuals

- Installation guides

- User manuals & Screen Capture videos

- System administrator manuals

- Toolkit guides and troubleshooting guides

- Other documents as prescribed by SSCDL/SMC

- Change management histories

- Version control data

- SOPs, procedures, policies, processes, etc. developed for SSCDL/SMC

- Programs :

Entire source codes

All programs must have explanatory notes for understanding

Version control mechanism

All old versions to be maintained

- Test Environment :

Detailed Test methodology document

Module level testing

Overall System Testing

Acceptance test cases

3. Bespoke (Custom Developments): The SI shall be responsible for necessary customization that are required to address the requirements mentioned in this RFP. The SI shall supply the following documents along with the developed components:

Business process guides

Program flow descriptions

Data model descriptions

Sample reports

Screen formats

Frequently asked question (FAQ) guides

User manual

Technical manual

Any other documentation required for usage of implemented solution

(These documents need to be updated after each phase of project and to be maintained updated

during entire project duration. The entire documentation will be the property of SSCDL/SMC.)

4. Manpower Requirement: The SI shall be required to depute well competent and experienced manpower in required strength during the implementation period. The team should be led by competent Project Manager and ICCC Expert possessing below mentioned experience and qualification.

# Resource Type

1 Project Manager

Page 100: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 100 of 273

# Resource Type

Educational Qualification: BE / B. Tech / MCA

Work experience- Minimum 8 years of experience in ICT implementation Projects

2 ICCC Expert

Educational Qualification: BE / B. Tech / MCA

Work experience- Minimum 5 years of experience in software

implementation Projects

13.5 Procurement, Supply, Installation and Commissioning of IT and non IT

infrastructure at ICCC

The SI shall be responsible for procurement, supply and installation of entire ICT hardware and

software infrastructure at the Command and Control Centre for successful operations of the

systems. The SI is also responsible to procured all needed non IT components which are required

to run the smooth operation of this project. The IT and non IT infra procurement will be as per

Indicative Bill of Material at TQ_2, but not limited to, including installation

materials/accessories/libraries/assemblies, electrical wires, patch cords etc. necessary for the

installation of the Infrastructure. The IT and non IT infra procurement will be planned considering

the below factors:

Ensure redundancy for all the key components to ensure that no single point of failure

affects the performance of the overall system

Support peak loads

SI will not procure Infrastructure including Hardware, COTS Software licenses and other

system software etc. at the start of the project, but will procure after discussion and receipt

of go ahead from SSCDL

Procurement and supply of requisite licenses (Commercial off the shelf - COTS), Installation

and implementation (including configuration /customization and Testing) of proposed

ICCC. All licenses procured under this project should be in the name of SMC /SSCDL.

The licenses to be procured for ICCC Application should be perpetual and enterprise level

not limited to number of uses cases/ IOT devices or north / south bound interfaces.

Virtualization technologies to be used to reduce the physical space required for hosting

Procurement of IT and Non IT infrastructure for Data Center – Servers, racks, software

licenses etc. as per Bill of Material mentioned in RFP.

Procurement of IT infrastructure with software for ICCC – Desktops, printers, Wi-Fi Access

points, Video Wall, Displays etc. as per Bill of Material mentioned in this RFP.

ICT and non IT infra deployed for ICCC should be dedicated for the project and SI shall not

use the same for any other purpose.

The ownership of ICT and non IT infrastructure shall vest SSCDL/SMC.

Page 101: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 101 of 273

SI to ensure warranties/AMCs are procured for all the hardware components for entire

duration of the project. For software components the support from OEM to be obtained for

prescribed components. There would be a mechanism to verify these details on annual basis.

No Products supplied under the RFP should be nearing their date of “end of life”.

All IT equipment models offered should be latest released with bundled version update

All documentation generated inclusive of IT architecture, functional specifications, design

and user manuals of the IT solution and documentation of non-IT components during

design, installation and commissioning phase shall always be made available to the SSCDL

/SMC

Seamless Integration with other Smart City Systems and applications

Standard business process management framework should be followed for workflow

management with capabilities of configurability at user level.

Acceptance of the source code is by installing and generating the object code on a test

environment performing identically to that of the production environment

The SI shall provide system integration services to customize and integrate the applications

procured. The ICCC application proposed by the SI should have open APIs and should be

able to integrate and fetch the data from other third party systems already available or

coming up in the near future.

Benchmark specifications for various items mentioned above are given in the Annexure II

,III and IV to this RFP document. The SI is required to size and provide IT infra to meet

the project functional requirements and Service Level Agreements (SLAs).

The SI shall be required to submit a detailed installation report post installation of all the

equipment at approved locations. The report shall be utilized during the acceptance testing

period of the project to verify the actual quantity of the equipment supplied and

commissioned under the project.

13.6 Site Preparation for Data Center

The SI shall be responsible for undertaking end to end activities as mentioned below, but not limited to:

Cutting and chipping of existing floors

Hardware and metals

Glazing

Paint work

False flooring

False ceiling

Storage

Page 102: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 102 of 273

Portioning

Doors and locks

Painting

Fire proofing all surfaces

Insulation

1. False Ceiling

The SI shall install the top false ceiling with 1’ 6” of space from the actual room ceiling. This false

ceiling shall house A/C ducts (if required) and cables of electrical lighting, firefighting and CCTV.

Appropriate pest control measures shall be taken to keep pests at bay.

2. Raised Flooring

The SI shall be responsible for raised flooring, wherever required, and provide for suitable pedestal

and under structure designed to withstand various static and rolling loads. The entire raised floor

shall have laminated floor covering and beadings on all sides of the panel.

3. Air Conditioning and Nature Convection

Appropriate air conditioning system shall be exclusively installed to maintain the required

temperature especially at the Datacenter. The A/C shall be capable of providing sensible cooling

capacities at ambient temperature and humidity with adequate airflow. The task of the SI shall

include (but not limited to):

Connecting the indoor unit with the mains electrical point.

Connecting indoor and outdoor units mechanically (with 18G hard gauge copper piping).

Connecting indoor and outdoor unit electrically.

The air conditioner shall be linked to secondary power supply as well to prevent them from

shutting down in case of power outage.

4. Electrical work

The electrical cabling work shall include the following:

Main electrical panel

Power cabling

Power distribution board

Power cabling for utility component and utility points etc.

Separate Earth pits for the component

The SI shall use fire retardant cables of rated capacity exceeding the power requirements of

existing and proposed components to be used at maximum capacity.

5. Network and structural Cabling

SI is responsible to carry out all network and structured cabling including but not limited to

Passive Components like Patch Panel with I/O, LIU, Various lengths of Optical Fiber Patch Cord

Page 103: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 103 of 273

(like LC-LC & LC-SC e.t.c.), 6 Core SM Optical Fiber Cable, OFC Joint/Splicing, Cat-7/Cat-

7A/Cat6/Cat-6A Cable with crimping & Patch Cords, Inter-Rack (Individual Rack) and Intra

Rack (Rack to Rack) Structured Cabling/Patching, Rack Cable Manager, Pipes, Earthing,

Necessary Power cables (like C13 to C14) etc. for the data center under this RFP. Any additional

component required as part of Data Centre Structured Cabling solution shall be

provided/supplied without any additional cost during the entire contract duration.

6. Fire Detection and Suppression System

The facility shall be equipped with adequate and advanced Fire Detection and Suppression

system. The system shall raise an alarm in the event of smoke detection. The system shall

have proper signage, response indicators and hooters in case of an emergency.

The facility is to be equipped with gas based fire suppression system appropriately sized

with their sub systems.

7. Rodent Repellent

The entry of rodents and other unwanted pests shall be controlled using non-chemical, non-

toxic devices. Ultrasonic pest repellents shall be provided in the false flooring and ceiling to

repel the pests without killing them. However, the SI shall conduct periodic pest control

using chemical spray once in a quarter as a contingency measure to effectively fight pests.

8. Access control system

The Biometric/Access card based Access Control System shall be deployed with the

objective of allowing entry and exit to and from Data center to authorized personnel only

with appropriate door locks and controller assemble connected with Data Center

Management system. The system deployed shall be based on proximity as well as biometric

technology for critical areas and proximity technology for non-critical areas.

9. Water leak detection system

The Water Leak Detection System shall be installed to detect any seepage of water into the

Data Centre and alert the concerned for such leakage. It shall consist of water leak detection

cable and alarm module. The cable shall be installed in the ceiling and floor areas around

the periphery.

10. Data Center Management System/Building Management System – The SI will be

required to provide the standard Data Center Management System that enable to monitor and

manage parameters related to PAC, fire alarm, water leak detection, rodent repellent system,

access control etc.

13.7 Integration and Implementation Phase

The Command and control center should be integrated with feeds of all tracks/component deployed

or to be deployed in future under Surat City. The SI shall provide the testing strategy including

traceability matrix, test cases and shall conduct the testing of various components of the software

Page 104: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 104 of 273

developed/customized and the solution as a whole. The testing should be comprehensive and

should be done at each stage of development and implementation. The details of the applications

will be provided to successful bidder. The SI will be required to deploy experienced manpower

onsite and shall extend necessary backend support so that the integration and implementation of

the use cases is completed within the time duration specified in the RFP.

13.8 Support for Open Data Platform

The ICCC software solution should have provision for sharing the data sets for open data platform

of SMC and state/central government. Necessary APIs in this regard shall be developed/customized

from time to time so that necessary datasets can be made accessible.

13.9 Data Analytics Capability

1. The ICCC software solutions should have inbuilt capability of data analytics/ business

intelligence.

2. The Data Analytics/ BI Tool of software solution should work as single platform for

analyzing data coming/input from various IT components/applications of SMC/SSCDL or

any other government departments.

3. The system should be able to generate report in the user defined manner.

4. There should be a provision for a dash board which may take input from various system like

individual sensors of multiple IT components (SCADA sensor, Environment sensors etc.)

5. Apart from basic analytics system should also have provision to perform Predictive Analysis.

6. User should be able to choose any permutation and combinations of data fields to perform

predictive analysis.

7. System should be able to predict the events, make scenarios which helps in decision making

to city authorities.

8. The Data analytics/BI tool should have ability to analye the useful information and sharing

it with general public. For example in case of water supply effected areas and traffic situation

awareness etc.

9. System should have capabilities to suggest best response options on the basis of current and

historic data sets.

10. Solution should enable the department to monitor activities and operations relating to the

citizen (Municipal) service being provided, feedback and grievances received

11. Solution should help department understand the level of responsiveness of the officers

concerned in terms of their response to the grievances.

12. The solution should also contain abilities for forecasting and scenario analysis, this will help

the department understand the trends of different concern areas.

13. Forward looking decision making – BI and analytics tool provide the predictive and

forecasting capabilities which can help department in forward looking policy and decision

making.

14. System shall provide an Enterprise Reporting and Visualization solution to author, manage,

and deliver all types of highly formatted reports

15. The solution should have mining, analytical and querying capabilities, and should be able

to interoperate with other DBMS

Page 105: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 105 of 273

16. The BI Platform should have the capability to schedule reports on the basis of a time calendar i.e. by hour, day, week, month, etc.

17. The BI Platform should have the capability to schedule reports on the basis of a trigger or an occurrence such as an email, database refresh, etc.

18. Solution should provide capability to :

Understand issues and concerns of citizens in a quick and effective manner

Monitor progress of grievances and quality of grievance redressal

Understand special / specific needs for different part of cities / subject areas affecting citizens (such as water, electricity etc.)

Please refer Annexure II for more details on ICCC software requirements

13.10 Vendor Management Services

The activities shall include:

1. Coordination with all the stakeholders (SMC, SSCDL, PMC, Vendors) to ensure that all

activities are carried out in a timely manner.

2. SI shall coordinate and follow-up with all the relevant vendors to ensure that the issues are

resolved in accordance with the SLAs agreed upon with them.

3. SI shall also ensure that unresolved issues are escalated to respective departments.

4. SI shall maintain database of the various vendors with details like contact person, telephone

nos., escalation matrix, response time and resolution time commitments etc.

13.11 Testing and Acceptance Criteria

1. SI shall demonstrate the following mentioned acceptance criteria prior to acceptance of the

solution as well as during project operations phase, in respect of scalability and performance

etc. The Acceptance criteria parameters may get revised and finalized with mutual

agreement, however, the decision of SSCDL/SMC would be final and binding in this regard.

A comprehensive system should be set up that would have the capability to log & track the

testing results, upload & maintain the test cases and log & track issues/bugs identified.

2. The following table depicts the details for the various kinds of testing envisaged for the

project:

Type of

Testing

Responsibility Scope of Work

System

Testing

SI 1. SI to perform System testing

2. SI to prepare test plan and test cases and maintain

it. SSCDL/SMC may request the SI to share the test

cases and results

3. Should be performed through manual as well as

automated methods

4. Automation testing tools to be provided by SI.

SSCDL/SMC doesn’t intend to own these tools

Integration

Testing

SI 1. SI to perform Integration testing

Page 106: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 106 of 273

Type of

Testing

Responsibility Scope of Work

2. SI to prepare and share with SSCDL/SMC the

Integration test plans and test cases

3. SI to perform Integration testing as per the

approved plan

4. Integration testing to be performed through manual

as well as automated methods

5. Automation testing tools to be provided by SI.

SSCDL/SMC doesn’t intend to own these tools

Performance

and load

Testing

SI

SSCDL/SMC /

Third Party

Auditor ( to

monitor the

performance

testing)

1. SI to do performance and load testing.

2. Various performance parameters such as

transaction response time, throughput, page loading

time should be taken into account.

3. Load and stress testing of the Project to be

performed on business transaction volume

4. Test cases and test results to be shared with

SSCDL/SMC.

5. Performance testing to be carried out in the exact

same architecture that would be set up for

production.

6. SI need to use performance and load testing tool for

testing. SSCDL/SMC doesn’t intend to own these

tools.

7. SSCDL/SMC if required, could involve third party

auditors to monitor/validate the performance

testing. Cost for such audits to be paid by

SSCDL/SMC .

Security

Testing

(including

Penetration

and

Vulnerability

testing)

SI

SSCDL/SMC /

Third Party

Auditor (to

monitor the

security testing)

1. The solution should demonstrate the compliance

with security requirements as mentioned in the RFP

including but not limited to security controls in the

application, at the network layer, network, data

centre(s), security monitoring system deployed by

the SI

2. The solution shall pass vulnerability and penetration

testing for rollout of each phase. The solution should

pass web application security testing for the portal,

mobile app and other systems and security

configuration review of the infrastructure.

3. SI should carry out security and vulnerability testing

on the developed solution.

Page 107: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 107 of 273

Type of

Testing

Responsibility Scope of Work

4. Security testing to be carried out in the exact same

environment/architecture that would be set up for

production.

5. Security test report and test cases should be shared

with SSCDL/SMC

6. Testing tools if required, to be provided by SI.

SSCDL/SMC doesn’t intend to own these tools

7. During O&M phase, penetration testing to be

conducted on yearly basis and vulnerability

assessment to be conducted on half-yearly basis.

SSCDL/SMC will also involve third party auditors to

perform the audit/review/monitor the security testing

carried out by SI. Cost for such auditors to be paid by

SSCDL/SMC.

User

Acceptance

Testing of

Project

SSCDL/SMC

appointed third

party auditor

1. SSCDL/SMC appointed third party auditor to

perform User Acceptance Testing

2. SI to prepare User Acceptance Testing test cases

3. UAT to be carried out in the exact same

environment/architecture that would be set up for

production

4. SI should fix bugs and issues raised during UAT and

get approval on the fixes from SSCDL/SMC / third

party auditor before production deployment

5. Changes in the application as an outcome of UAT

shall not be considered as Change Request. SI has to

rectify the observations.

Note:

Bidder needs to provide the details of the testing strategy and approach including details of

intended tools/environment to be used by SI for testing in its technical proposal.

SSCDL/SMC does not intend to own the tools.

The SI shall work in a manner to satisfy all the testing requirements and adhere to the

testing strategy outlined. The SI must ensure deployment of necessary resources and tools

during the testing phases. The SI shall perform the testing of the solution based on the

approved test plan, document the results and shall fix the bugs found during the testing. It

is the responsibility of SI to ensure that the end product delivered by the SI meets all the

requirements specified in the RFP. The SI shall take remedial action based on outcome of

the tests.

The SI shall arrange for environments and tools for testing and for training as envisaged.

Post Go-Live; the production environment should not be used for testing and training

Page 108: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 108 of 273

purpose. Detailed process in this regard including security requirement should be provided

by the SI in its technical proposal. The process will be finalized with the selected bidder.

If required, SSCDL/SMC may appoint any Third Party Auditors directly at its cost. SI needs to

prepare and provide all requisite information/documents/support to third party auditor.

The cost of rectification of non-compliances shall be borne by the SI.

13.12 Go-Live Preparedness and Go-Live

1. SI shall prepare and agree with SSCDL, the detailed plan for Go-Live (in-line with SSCDL’s

implementation plan as mentioned in RFP).

2. The SI shall define and agree with SSCDL, the criteria for Go-Live.

3. The SI shall ensure that all the data migration is done from existing systems.

4. SI shall submit signed-off UAT report (issue closure report) ensuring all issues raised during

UAT are being resolved prior to Go-Live.

5. SI shall ensure that Go–Live criteria as mentioned in User acceptance testing of Project is

met and SI needs to take approval from SSCDL team on the same.

6. Go-live of the application shall be done as per the finalized and agreed upon Go-Live plan.

13.13 Training and Capacity Building

1. The purpose of this section is to define the scope of work for training and capacity building

to be implemented at various levels namely: SMC/SSCDL employees, Command Centre

Operators, Stakeholder Departments, Exiting Vendors whose services are getting integrated

etc.

2. The SI’s scope of work also includes preparing the necessary documentation and aids required for successful delivery of such trainings.

3. SI will prepare all the requisite audio/visual training aids that are required for successful completion of the training for all stakeholders such as

Training manuals

Computer based training modules

Video (recorded sessions) for ICCC operations, back end modules, business intelligence, dynamic reporting

Presentations

User manuals

Operational and maintenance manuals for the ICCC modules

Regular updates to the training aids prepared under this project 4. SI will get the Training and capacity building strategy including training material finalized

with SSCDL/SMC before starting the training programs.

5. SI must plan all the training and its material keeping defined and agreed SOPs of ICCC as

prime focus.

6. SI has to ensure that the training sessions held are effective and that the attendees would be

able to carry on with their work efficiently. For this purpose, it is necessary that the

effectiveness of training sessions is measured.

Page 109: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 109 of 273

13.14 ICCC Infrastructure Provisioning

SI is responsible to size and propose the IT infrastructure required for smooth functioning of the

entire solution as per OEM guidelines and standard industry practice. SI has to supply, install,

commission and manage/maintain the IT Infrastructure components such as Servers, Databases,

Storage Solution, Software and other supporting IT components as required at the Data Centre that

has been proposed as part of the bid.

The System Integrator has to procure the materials and equipment as required and given as part of

the System Integrator’s response. However, it should be noted that the System Integrator has to

procure all necessary equipment to run the solution as per the requirement of the RFP documents

including the SLA. In case, it is identified that certain components are required but not quoted by

the Supplier, the SI will procure and commission the same without any financial implications. The

System Integrator shall note that the specification provided is the minimum requirement and the

System Integrator shall procure better equipment if it is required to meet the service levels

mentioned in the RFP.

SMC/SSCDL reserves the right to ask the bidder to supply only part of the hardware quoted and

procure the rest of it separately by itself. The payments schedule will be adjusted accordingly.

All the hardware shall be new and procured for this project. The ownership of hardware shall be

transferred to SMC/SSCDL on commissioning of hardware. However, SI will be fully responsible for

maintaining these Assets during the contract period and will be fully accountable for the same.

Design Considerations

(i) The bidder shall propose hardware such that at any point in time during the contract period,

the resource utilization does not go beyond the levels defined below during 9 A.M. to 7 P.M.

• the average CPU utilization should not exceed 70% for more than 15 minutes in a single stretch

• the average memory utilization should not exceed 70% for more than 15 minutes in a single stretch

• the average Disk utilization should not exceed 70% for more than 15 minutes in a single stretch

• In case of breach of above, the bidder will be required to optimize the solution else the additional hardware has to be provided by the successful bidder to ensure the performance within the indicated levels, at no further cost.

(ii) The ICCC Solution shall have following environments:

• Production environment at DC configured in High availability mode with no single

point of failure in Active-Active Mode.

• Non-production environment consisting of Development/Quality/etc. at DC without

HA

13.15 Operations and Maintenance for a period of 5 years

Success of the Project would also depend on how the entire Project is managed once the

implementation is completed. From the System Integrator perspective too this is a critical phase

since the quarterly payments are linked to the SLA’s in the post implementation phases. SI shall

Page 110: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 110 of 273

provide operations and maintenance services for the software, hardware and other IT and Non-IT

infrastructure installed as part of project for a period of 5 years (post Go-Live). This would also

include the support for various ICCC solution components that may be under warranty or AMC.

As part of the delivery of the solution it is expected that the SI shall provide Post Go Live Support

(“PGLS”) for the solution post Go-Live till completion of total contract period of five years. The Post

Go Live Support (“PGLS”) will start after completion of 3 months of Hypercare Support after Go

Live. SI is responsible to provide operations and maintenance services for the software, hardware

and other IT and Non-IT infrastructure installed as part of project for a period of 5 years (post Go-

Live). Hypercare deliverable will include closing of all issues reported with Go-Live along

with minor enhancements arising due to those defects.

13.15.1 Warranty, ATS and Annual Maintenance Services

1. SI shall provide warranty, ATS and maintain the IT infrastructure and software infrastructure for the entire solution provided to SMC/SSCDL. System Integrator shall provide the comprehensive manufacturer's warranty in respect of proper design, quality and workmanship of all hardware, equipment, accessories etc. covered by this bidding document. System Integrator must warrant all hardware, equipment, accessories, spare parts, software etc. procured and implemented as per this bidding document against any manufacturing defects during the warranty period.

2. SI shall provide comprehensive and on-site warranty (for 5 years or for 3 years followed by 2 years of comprehensive onsite AMC depending on the component) from the date of Go-Live for the infrastructure deployed on the project. SI need to have OEM support for these components and documentation in this regard need to be submitted to SSCDL/SMC on annual basis. Please refer TQ_2 for detailed information warranty and support for each component.

3. SI shall provide the performance warranty in respect of performance of the installed hardware and software to meet the performance requirements and service levels in the RFP.

4. SI is responsible for sizing and procuring the necessary hardware and software licenses as per the performance requirements provided in the RFP. During the warranty period SI shall replace or augment or procure higher-level new equipment or additional licenses/hardware at no additional cost to the SSCDL/SMC in case the procured hardware or software is not enough or is undersized to meet the service levels and the project requirements.

5. During the warranty period SI shall maintain the systems and repair/replace at the installed site, at no charge to SSCDL/SMC, all defective components that are brought to the SI's notice

6. The SI shall carry out Preventive Maintenance (PM) of all hardware and testing for virus, if any, and should maintain proper records at each site for such PM. The PM should be carried out at least once in six months as per checklist and for components agreed with SSCDL/SMC.

7. The SI shall carry out Corrective Maintenance for maintenance/troubleshooting of supplied hardware/software and support infrastructure problem including network (active/passive) equipment, security and rectification of the same. The SI shall also maintain complete documentation of problems, isolation, cause and rectification procedures for building knowledge base for the known problems in centralized repository, accessible to SSCDL/SMC team as well.

Page 111: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 111 of 273

8. Software ATS: Comprehensive AMC/ATS services from the date of completion of Warranty on all the licensed software (IT product, associated software components, database, operating systems, etc.) provided by the System Integrator for entire duration of contract.

9. System Integrator shall, for this purpose, stock sufficient spares for rendering service and meeting SLA. SMC/SSCDL is not obliged to continue with the System Integrator providing AMC and may choose another System Integrator as AMC Partner.

10. The SI shall be required to repair the faulty component/equipment at the earliest or within the problem resolution time. However if any component/equipment gives continuous trouble, the SI shall replace the same with the new compatible component/equipment of the same or higher configuration without any additional cost to SMC/SSCDL.

11. No separate charges shall be paid for visit of engineers or attending to faults and repairs or supply of spare parts.

12. The SI must integrate hardware and software components along with rest of the IT

Infrastructure at SMC to make the system integrated and fully functional.

13. Necessary installation/reinstallation, configuration and implementation support to be provided

by SI.

14. The solution will be used to run business critical application and hence must be configured and

tuned to give maximum output.

15. In case if breakdown/ maintenance work is required to be carried out during non-working days/

hours, the SI shall attend the task(s) during this period at no extra payment.

16. The System Integrator will supply all the installation material/ accessories/ consumables (e.g. screws, clamps, fasteners, ties anchors, supports, grounding strips, wires etc.) necessary for the installation and operation of the systems.

17. The System Integrator has to prepare and submit a delivery report including details of

components supplied. The delivery report will be validated by the identified SMC/SSCDL

authorized person.

18. None of the components and sub-components that are declared "End-of-sale‟ by the respective

OEM in next two years as on date of submission of Bid shall be proposed.

19. The server and other system software should be regularly patched/ updated. Major patching /

update which requires system downtime has to be informed well in advance and should be

undertaken only after SMC/SSCDL’s confirmation.

20. Necessary network connectivity LAN/WAN will be provided by SMC/SSCDL. However, the SI will be responsible for network configuration and management of the IT infrastructure provided under this project

21. During the implementation period and warranty period System Integrator shall perform all the functions as enunciated under this section at no extra cost to SMC/SSCDL.

22. Component that is reported to be down on a given date should be either fully repaired or

replaced by temporary substitute (of equivalent configuration) within the time frame indicated

in the Service Level Agreement (SLA). In case the selected System Integrator fails to meet the

above standards of maintenance, there will be a penalty as specified in the SLA.

23. The selected System Integrator shall also maintain records of all maintenance of the system and shall maintain a logbook on-site that may be inspected by SMC/SSCDL at any time

Page 112: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 112 of 273

24. The support for planning, optimization and tuning of hardware and software after commissioning, whenever needed during Operation period/ Warranty / AMC shall be provided by System Integrator at no extra cost to SMC/SSCDL.

25. SI shall monitor warranties to check adherence to preventive and repair maintenance terms and conditions.

26. Any component that is reported to be down on a given date should be either fully repaired or replaced by temporary substitute (of equivalent configuration) within the time frame indicated in the Service Level Agreement (SLA).

27. The SI shall ensure that the warranty complies with the agreed technical standards, security requirements, operating procedures, and recovery procedures.

The SI shall have to stock and provide adequate onsite and offsite spare parts and spare component to ensure that the uptime commitment as per SLA is met.

Any component that is reported to be down on a given date should be either fully repaired or replaced by temporary substitute (of equivalent configuration) within the time frame indicated in the Service Level Agreement (SLA).

The SI shall introduce a comprehensive Assets Management process & appropriate tool to manage the entire lifecycle of every component of ICCC System

13.15.2 Systems Administration Services

System Integrator shall ensure that IT Environment for ICCC operates smoothly, securely and

consistently. System Integrator shall ensure following activities for SMC/SSCDL:

1. Configuration of server, storage, networking & security component parameters, operating

systems administration and tuning.

2. Adequate hardening of the operating systems of the servers, storage & network equipment and

security equipment to prevent known and unknown attacks.

3. Operating system administration, including but not limited to management of users, processes,

resource contention, preventive maintenance and management of upgrades including

migration to higher versions and patches to ensure that the system is properly updated.

4. Re-installation in the event of system crash/failures.

5. Maintenance of a log of the performance monitoring of servers including but not limited to

monitoring CPU, disk space, memory utilization, I/O utilization, etc.

6. Periodic health check of the systems, troubleshooting problems, analyzing and implementing

rectification measures.

7. Troubleshooting issues in the infrastructure, network and IT application to determine the areas

where fixes are required and ensuring resolution of the same.

8. Identification, diagnosis and resolution of problem areas pertaining to the DC/DR site

infrastructure and application and maintenance of assured SLA levels.

9. IT assets performance monitoring, fine-tuning, optimization & Problem Resolution

10. Configuring and monitoring of regular backups of relevant database and application so as to

ensure minimum loss and ensure prompt restoration of the same as and when required.

11. Installation, configuration, monitoring and management of the storage system in accordance to

the application requirement and uptime and KPI requirements.

Page 113: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 113 of 273

12. Monitoring, maintenance and tuning of the databases to meet ensure optimum performance

maximize efficiency and minimize outages, as necessary and proactively reviewing database

logs and alert logs and taking appropriate actions.

13. Sever and application hardening to prevent attack from any known and unknown attacks.

Ensuring that patches / workarounds for identified vulnerabilities are patched / blocked

immediately.

13.15.3 Provision for Onsite Support

SI shall deploy Manpower during implementation and O&M phases. The deployed resource shall

report to SSCDL/SMC Project In-charge. The support team must be backed by off-site support as

necessary. The Bidder’s PGLS team shall be responsible for the efficient functioning of the system

and continued delivery of stable systems, development, and operational support. It is expected that

out of business hours support will be provided as needed.

Minimum Required onsite support: The bidder is required to provide the dedicated onsite

team as per the below mentioned table during the support. Necessary backend support must be

extended to the onsite team so as to achieve the SLAs and KPIs defined in RFP. Project Manager

will be the SPOC for SMC/SSCDL, who intern will coordinate with onsite and offsite team members.

The onsite team will also be engaged in development and integration of new use cases upto the extent

of 6 user cases per quarter. Necessary backend support must be imparted by SI to the onsite team so

that apart from maintaining and managing existing setup the team is able to deliver new

development/integration activities. Requirement for additional use case integration over and above

will be considered as change request.

Following are the minimum resources required to be deployed in the Project, however SI may

deploy additional resources based on the need of the Project and to meet the defined SLAs in this

RFP:

# Resource Type Minimum

Quantity

Minimum Deployment during

Operation & Maintenance

Phase

1. Project Manager cum ICCC Expert 1 100%

2. ICCC Application Developer 2 100%

3. IT Infrastructure Support Engineers 1 100%

# Qualification & Experience of the Onsite Resource

1 Project Manager cum ICCC Expert

Educational Qualification: BE / B. Tech / MCA

Work experience: Minimum 8 years of experience in ICT implementation Projects and must have expertise in the proposed ICCC Solution

Roles & Responsibility: S/he will be the SPOC for SMC/SSCDL and will be responsible to ensure service deliveries during Post-Go-Live are as per the RFP requirements and at par to the KPIs and SLAs defined. S/he will interact with the different OEMs and back office team of SI in this regard. The Project Manager must be proficient with the ICCC solution offered and must possess in-depth knowledge of

Page 114: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 114 of 273

# Qualification & Experience of the Onsite Resource

the solution. S/he must be in a position to identify the root cause of problem/bugs if any with the ICCC solution and get it resolved. S/he must possess expertise in creation and configuration of the SOPs. S/he must be competent enough to manage, maintain, augment and enhance the deployed ICCC solution. S/he must coordinate with all the stakeholders and ensure smooth operation of the project. S/he will also be responsible to ensure the overall health of the ICCC infrastructure.

2 ICC Application Developer

Educational Qualification: BE / B. Tech / MCA

Work experience: Minimum 5 years of experience in software

implementation Projects

Roles & Responsibility: The Application Developer will be responsible to

carry out necessary changes in the application, provide application level support

to the users, and coordinate with users for easy and early adaptation of the

system. S/he shall be well versed and experienced to handle above stated

activities. S/he must be in a position to ascertain and carryout the necessary

activities w.r.t. any minor or major changes in the existing domain system

integrated or use cases created. S/he will capture the requirements and carry out

necessary developments on her/his own. The Application Developer will also be

required to carry out necessary activities for integration of new domain systems /

use cases. S/he will keep the Project Manager informed about the activities. S/he

will interact the OEM/back office team either directly or through Project Manager

for necessary changes/developments/support issues for resolving problems if any.

3 IT Infrastructure Support Engineers

Educational Qualification: BE / B. Tech / MCA

Work experience: Minimum 3 years of experience in IT infrastructure

management

Roles & Responsibility: S/he will be responsible to responsible to monitor the

health of the ICCC IT infrastructure. S/he will be responsible to ensure preventive

and breakdown maintenance services as per the RFP requirements. S/he will

resolve any hardware/network related issues at DC level or else within ICCC. S/he

will keep the Project Manager informed about the activities. S/he will interact the

OEM/back office team either directly or through Project Manager for necessary

repair/replacement of hardware or support issues for resolving problems if any.

13.15.4 Application Support and Maintenance Support

Application support includes, but not limited to, production monitoring, troubleshooting and

addressing the functionality, availability and performance issues, implementing the system change

requests etc. The SI shall keep the application software in good working order; perform changes

and upgrades to applications as requested by the SSCDL/SMC team. All tickets related to any

issue/complaint/observation about the system shall be maintained as per ITIL standard, in this

regard bidder may install on premise solution or propose could base solution (no extra payment

will be made for this solution). Key activities to be performed by SI in the application support phase

are as follows:

Page 115: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 115 of 273

1. Compliance to SLA: SI shall ensure compliance to SLAs as indicated in the RFP and any upgrades/major changes to the software shall be accordingly planned by SI ensuring the SLA requirements.

2. Annual Technology Support: The SI shall be responsible for arranging for annual technology support for the OEM products to SSCDL/SMC provided by respective OEMs during the entire project duration

3. Application Software Maintenance:

SI shall provide unlimited support through onsite team or offsite team as and when

required during the contract period.

SI shall address all the errors/bugs/gaps in the functionality in the solution

implemented by the SI at no additional cost during the O&M phase

All patches and upgrades from OEMs shall be implemented by the SI ensuring

customization done in the solution as per the SSCDL/SMC requirements are unaffected.

Technical upgrade of the installation to the new version, as and when required, shall be

done by the SI. Any version upgrade of the software / tool / appliance by SI to be done

after taking prior approval of SSCDL/SMC and after submitting impact assessment of

such upgrade.

Any changes/upgrades to the software performed during the support phase shall subject

to the comprehensive and integrated testing by the SI to ensure that the changes

implemented in the system meets the specified requirements and doesn’t impact any

other function of the system. Release management for application software will also

require SSCDL/SMC approval. A detailed process in this regard will be finalized by SI in

consultation with SSCDL/SMC.

Issue log for the errors and bugs identified in the solution and any change done in the

solution shall be maintained by the SI and periodically submitted to the SSCDL/SMC

team.

SI, at least on a monthly basis, will inform SSCDL/SMC about any new

updates/upgrades available for all software components of the solution along with a

detailed action report. In case of critical security patches/alerts, the SI shall inform

about the same immediately along with his recommendations. The report shall contain

SI’s recommendations on update/upgrade, benefits, impact analysis etc. The SI shall

need to execute updates/upgrades though formal change management process and

update all documentations and Knowledge databases etc. All such updates and upgrades

will be carried out free of cost.

4. Problem Identification and Resolution:

SI shall identify and resolve all the application problems in the identified solution (e.g.

system malfunctions, performance problems and data corruption etc.).

Monthly report on problem identified and resolved would be submitted to SSCDL/SMC

team along with the recommended resolution.

5. Change and Version Control: All planned or emergency changes to any component of

the system shall be through the approved Change Management process. For any change, SI

shall ensure:

Page 116: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 116 of 273

Detailed impact analysis

Change plan with Roll back plans

Appropriate communication on change required has taken place

Proper approvals have been received

Schedules have been adjusted to minimize impact on the production environment

All associated documentations are updated post stabilization of the change

Version control maintained for software changes

The SI shall define the Software Change Management and Version control process. For

any changes to the solution, SI has to prepare detailed documentation including

proposed changes, impact to the system in terms of functional outcomes/additional

features added to the system etc. SI shall ensure that software and hardware version

control is done for entire duration of SI’s contract.

6. Maintain Configuration Information: SI shall maintain version control and

configuration information for application software and any system documentation.

7. Maintain System Documents: SI shall maintain at least the following minimum

documents with respect to the ICCC System:

For application support SI shall keep dedicated software support team to be based at SI location that will single point of contact for resolution of all application related issues. This team will receive all the application related tickets/incidents and will resolve them. In its technical proposal SI need to provide the proposed team structure of application support including number of team members proposed to be deployed along with roles and skills of each such member. Application support team shall be employees of SI.

Any software changes required due to problems/bugs in the developed software/application will not be considered under change control. The SI will have to modify the software/application free of cost. This may lead to enhancements/customizations and the same needs to be implemented by the SI at no extra cost.

Any additional changes required would follow the Change Control Procedure. SSCDL/SMC may engage an independent agency to validate the estimates submitted by the SI. The inputs of such an agency would be taken as the final estimate for efforts required. SI to propose the cost of such changes in terms of man month rate basis and in terms of Function point/Work Breakdown Structure (WBS) basis in the proposal

13.15.5 Compliance to SLA

1. SI shall ensure compliance to uptime and performance requirements of project solution as indicated in the SLA table of RFP and any upgrades/major changes to the ICCC System shall be accordingly planned by SI for ensuring the SLA requirements.

2. SI shall be responsible for measurement of the SLAs at the ICCC System level as well as at the user level on a periodic basis.

3. Reports for SLA measurement must be produced SSCDL/SMC officials as per the project requirements.

Page 117: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 117 of 273

13.16 Project Management and Governance

13.16.1 Project Management Office (PMO)

A Project Management office will be set up during the start of the project. The PMO will, at the

minimum, include a designated full time Project Manager from SI. It will also include key persons

from other relevant stakeholders including members of SSCDL/SMC and other

officials/representatives by invitation. The operational aspects of the PMO need to be handled by

the SI including maintaining weekly statuses, minutes of the meetings, weekly/monthly/project

plans, etc. PMO will meet formally on a weekly basis covering, at a minimum, the following agenda

items:

Project Progress

Delays, if any – Reasons thereof and ways to make-up lost time

Issues and concerns

Performance and SLA compliance reports;

Unresolved and escalated issues;

Project risks and their proposed mitigation plan

Discussion on submitted deliverable

Timelines and anticipated delay in deliverable if any

Any other issues that either party wishes to add to the agenda.

During the development and implementation phase, there may be a need for more frequent

meetings and the agenda would also include:

Module development status

Testing results

IT infrastructure procurement and deployment status

Status of setting up/procuring of the Helpdesk, DC hosting

Any other issues that either party wishes to add to the agenda.

Bidder shall recommend PMO structure for the project implementation phase and operations and

maintenance phase.

13.16.2 Steering Committee

The Steering Committee will consist of senior stakeholders from SSCDL/SMC, its nominated

agencies and SI. SI will nominate its Smart City vertical head to be a part of the Project Steering

Committee. The SI shall participate in monthly Steering Committee meetings and update Steering

Committee on Project progress, Risk parameters (if any), Resource deployment and plan,

immediate tasks, and any obstacles in project. The Steering committee meeting will be a forum for

seeking and getting approval for project decisions on major changes etc. All relevant records of

proceedings of Steering Committee should be maintained, updated, tracked and shared with the

Steering Committee and Project Management Office by SI. During the development and

implementation phase of the project, it is expected that there will be at least fortnightly Steering

Committee meetings. During the O&M phase, the meetings will be held at least once a quarter.

Other than the planned meetings, in exceptional cases, SSCDL/SMC may call for a Steering

Committee meeting with prior notice to the SI.

Page 118: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 118 of 273

13.16.3 Project Monitoring and Reporting

The SI shall circulate written progress reports at agreed intervals to SSCDL /SMC and other

stakeholders. Project status report shall include Progress against the Project Management Plan,

status of all risks and issues, exceptions and issues along with recommended resolution etc. Other than the planned meetings, in exceptional cases, project status meeting may be called with

prior notice to the Bidder. SSCDL/SMC reserves the right to ask the bidder for the project review

reports other than the standard weekly review reports.

13.16.4 Risk and Issue management

The SI shall develop a Risk Management Plan and shall identify, analyse and evaluate the project

risks, and shall develop cost effective strategies and action plans to mitigate those risks. The SI shall carry out a Risk Assessment and document the Risk profile of SSCDL/SMC based on

the risk appetite and shall prepare and share the SSCDL/SMC Enterprise Risk Register. The SI shall

develop an issues management procedure to identify, track, and resolve all issues confronting the

project. The risk management plan and issue management procedure shall be done in consultation

with SSCDL/SMC. The SI shall monitor, report, and update the project risk profile. The risks should be discussed with

SSCDL/SMC and a mitigation plan be identified during the project review/status meetings. The

Risk and Issue management should form an agenda for the Project Steering Committee meetings

as and when required.

13.16.5 Planning and Scheduling

The SI will prepare a detailed schedule and plan for the entire project covering all tasks and sub

tasks required for successful execution of the project. The SI has to get the plan approved from

SSCDL/SMC at the start of the project and it should be updated every week to ensure tracking

of the progress of the project.

The project plan should include the following:

The project break up into logical phases and sub-phases;

Activities making up the sub-phases and phases;

Components in each phase with milestones;

The milestone dates are decided by SSCDL/SMC in this RFP. SI cannot change any of the

milestone completion dates. SI can only propose the internal task deadlines while keeping the

overall end dates the same. SI may suggest improvement in project dates without changing the

end dates of each activity.

Key milestones and deliverables along with their dates including those related to delivery and

installation of hardware and software;

Start date and end date for each activity;

The dependencies among activities;

Resources to be assigned to each activity;

Dependency on SSCDL/SMC

Page 119: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 119 of 273

13.17 Guiding Architecture Principle

The IT architecture principles defined in this section are the underlying general rules and guidelines

that will drive the subsequent development, use and maintenance of architectural standards,

frameworks and future state target architecture.

SSCDL/SMC system will be built on the following core principles:

1. Platform Approach-It is critical that a platform based approach is taken for any large

scale application development, to ensure adequate focus and resources on issues related

to scalability, security and data management. Building an application platform with

reusable components or frameworks across the application suite provides a mechanism

to abstract all necessary common features into a single layer. Hence the SSCDL/SMC

system is envisaged as a faceless system with 100% API driven architecture at the core

of it. SSCDL/SMC portal will be one such application on top of these APIs, rather than

being fused into the platform as a monolithic system.

2. Open APIs designed to be used form the core design mechanism to ensure openness,

multi-user ecosystem, specific vendor/system independence, and most importantly

providing tax payers and other ecosystem players with choice of using innovative

applications on various devices (mobile, tablet, etc.) that are built on top of these APIs.

3. Openness - Adoption of open API, open standards and wherever prudent open source

products are of paramount importance for the system. This will ensure the system to be

lightweight, scalable and secure. Openness comes from use of open standards and

creating vendor neutral APIs and interfaces for all components. All the APIs will be

stateless. Data access must be always through APIs, no application will access data

directly from the storage layer or data access layer. For every internal data access also

(access between various modules) there will be APIs and no direct access will be there.

4. Data as an enterprise asset- Information is a high value asset to be leveraged across

the organization to improve performance and decision making. Accurate information

would ensure effective decision making and improved performance

Effective and careful data management is of high importance and top priority should be placed on

ensuring where data resides, that its accuracy can be relied upon, and it can obtained when and

where needed.

5. Performance- A best of breed solution using the leading technologies of the domain

should be proposed in the solution ensuring the highest levels of performance. It will

also ensure that the performance of various modules should be independent of each

other to enhance the overall performance and also in case of disaster, performance of

one module should not impact the performance other modules.

The solution should be designed in a manner that the following can be achieved:

Page 120: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 120 of 273

Modular design to distribute the appropriate system functions on web and app

server

Increase in-memory Operations (use static operations)

Reduce number of I/O operations and N/w calls using selective caching

Dedicated schemas for each function making them independent and avoiding delays

due to other function accessing the same schema.

Solution should provide measurable and acceptable performance requirements for

users, for different connectivity bandwidths.

The solution should provide optimal and high performance Portal Solution

satisfying response time for slow Internet connections and different browsers.

6. Scalability - The component in the architecture will be capable of being scaled up to

more user requests or handling more no. of input resources in various modules. Even

inclusion of additional application functionalities can be catered to by upgrading the

software editions with minimal effort. Forward and backward integration (in terms of

functions - components, applications, devices, geographical coverage and volume) with

all smart city components across the 7+1 layers defined in the overall solution

architecture. Such forward or backward integration could take place at any of the layers

defined in the over architecture viz. sensor and actuator layer, network layer, data

center layer, application layer, integration layer, service delivery layer, command center

layer, visualisation layer and security layer. The design of the system to consider future

proofing the systems for volume handling requirements

The application functions to be divided logically and developed as Modular solution.

The system should be able to scale horizontally & vertically.

Data Volume- Ability to support at least 20 % projected volume growth (year on

year ) in content post system implementation & content migration.

Functionality – Ability to extend functionality of the solution without significant

impact to the existing functional components and infrastructure.

Loose coupling through layered modular design and messaging - The

architecture would promote modular design and layered approach with clear

division of responsibility and separation of concerns at the data storage, service and

integration layer in order to achieve desired interoperability without any affinity to

platforms, programming languages and network technologies. The architecture has

to be scalable, maintainable and flexible for modular expansion as more citizen and

business services are provided through the Project. Each of the logical layers would

be loosely coupled with its adjacent layers

Data partitioning and parallel processing - Project functionality naturally

lends itself for massive parallel and distributed system. For linear scaling, it is

essential that entire system is architected to work in parallel within and across

machines with appropriate data and system partitioning. Choice of appropriate data

sources such as RDBMS, Hadoop, NoSQL data stores, distributed file systems; etc.

must be made to ensure there is absolutely no “single point of bottleneck” in the

Page 121: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 121 of 273

entire system including at the database and system level to scale linearly using

commodity hardware.

Horizontal scale for compute, Network and storage – Project architecture

must be such that all components including compute, network and storage must

scale horizontally to ensure that additional resources (compute, storage, network

etc.) can be added as and when needed to achieve required scale.

7. Security - The security services will cover the user profile management, authentication

and authorization aspects of security control. This service run across all the layers since

service components from different layers will interact with the security components. All

public contents should be made available to all users without authentication. The

service will authenticate users and allows access to other features of the envisaged

application for which the user is entitled to.

The system should be designed to provide the appropriate security levels commiserate with

the domain of operation. Also the system will ensure data confidentiality and data integrity.

The application system should have the following

A secure solution should be provided at the hardware infrastructure level, software

level, and access level.

Authentication, Authorization & Access Control: 3 factors (User ID & Password,

Biometric, and Digital Signature) security mechanisms should be implemented to

enable secure login and authorized access to portal information and services.

Encryption Confidentiality of sensitive information and data of users and

portal information should be ensured.

Appropriate mechanisms, protocols, and algorithms necessary to protect sensitive

and confirmation data and information both during communication and storage

should be implemented.

Data security policies and standards to be developed and adopted across the Smart

City departments and systems

In order to adequately provide access to secured information, security needs must

be identified and developed at the data level. Database design must consider and

incorporate data integrity requirements.

Role based access for all the stake holders envisaged to access and use the system

Appropriate authentication mechanism adhering to industry good practice of

Password Policies etc.

Ability to adopt other authentication mechanism such as Electronic Signature

Certificates

Authorization validity to be ensured for the users providing the Data to the system.

Data should be accepted only from the entity authorized

Data should be visible only to the authorized entity

Audit trails and Audit logging mechanism to be built in the system to ensure that

user action can be established and can investigated if any can be aided(e.g. Logging

of IP Address etc.)

Data alterations etc. through unauthorized channel should be prevented.

Page 122: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 122 of 273

Industry good practice for coding of application so as to ensure sustenance to the

Application Vulnerability Assessment

System must implement various measures to achieve this including mechanisms to ensure

security of procurement data, spanning from strong end-to-end encryption of sensitive data,

use of strong PKI national standards encryption, use of HSM (Hardware Security Module)

appliances, physical security, access control, network security, stringent audit mechanism,

24x7 monitoring, and measures such as data partitioning and data encryption.

Activities such as anti-spoofing (no one should be able to masquerade for inappropriate

access), anti-sniffing (no one should be able get data and interpret it), anti-tampering (no

one should be able to put/change data which was not meant to be put/changed) should be

taken care for data in transit, as well as data at rest, from internal and external threats.

8. User Interface - The architecture and application solutions to be designed should

promote simplicity and ease of use to the end users while still meeting business

requirements. It should provide a simpler and more cost-effective solution. Reduces

development time and makes the solution easier to maintain when changes in

requirements occur.

This will be accomplished by the implementation of rich User Interfaces along with its

integration with the DMS, Relational Data Store, Messaging and other external applications.

Efficient and layout design are the key considerations that enhance usability which

should be factored in while designing the application. Standard and consistent

usability criteria must be defined. An intuitive, user friendly, well-articulated

navigation method for the applications greatly enhances the usability of the

application.

Effective information dissemination

Enhanced functionalities including personalized delivery of content, collaboration

and enriching GUI features.

Mobile Application Platform

- Applications and services including all appropriate channels such as

SMS/USSD/IVRS and development of corresponding mobile applications to the

applications and services leveraging the Mobile Service Delivery Gateway (MSDG)

and Mobile App Store.

- Application platform should support the following smart phone mobile OS (Android

4.0 and above, iOS 4, 5 and above, Windows Phone OS 8.0 and above, Mobile Web

App)

- Support the target packaging components like (Mobile Website, Hybrid App, Native

App, Web App and Application Development, Eclipse tooling platforms)

- Support the ability to write code once and deploy on multiple mobile operating

systems

- Support integration with native device API

- Support utilization of all native device features

- Support development of applications in a common programing language

- Support integration with mobile vendor SDKs for app development and testing

Page 123: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 123 of 273

- Support HTML5, CSS3, JS features for smartphone devices

- Support common protocol adapters for connection to back office systems (i.e. HTTP,

HTTPS, SOAP, XML for format)

- Support JSON to XML or provide XHTML message transformations

- Support multi-lingual and language internalization

- Support encrypted messaging between server and client components

9. Reliability- This is a very crucial system and data are of high sensitivity, the data

transfer and data management should be reliable to keep the confidence of the

stakeholders. The system should have appropriate measures to ensure processing

reliability for the data received or accessed through the application.

It may be necessary to mainly ensure the following

Prevent processing of duplicate incoming files/data

Unauthorized alteration to the Data uploaded in the SSCDL/SMC system should be

prevented

Ensure minimum data loss(expected zero data loss)

10. Manageability - It is essential that the application architecture handles different

failures properly; be it a hardware failure, network outage, or software crashes. The

system must be resilient to failures and have the ability to restart, and make human

intervention minimal.

All layers of the system such as application, infrastructure must be managed through

automation and proactive alerting rather than using 100’s of people manually managing.

The entire application must be architected in such a way that every component of the system

is monitored in a non-intrusive fashion (without affecting the performance or functionality

of that component) and business metrics are published in a near real-time fashion. This

allows data centre operators to be alerted proactively in the event of system issues and

highlight these issues on a Network Operations Centre (NoC) at a granular level. The solution

should be envisaged to utilize various tools and technologies for management and

monitoring services. There should be management and monitoring tools to maintain the

SLAs.

11. Availability - The solution design and deployment architecture will ensure that the

application can be deployed in a centralized environment offering system High

Availability and failover.

The solution should meet the following availability requirements

Load Balanced across two or more Web Server avoiding single point of failure

Deployment of multiple application instances should be possible

Distributed or load balanced implementation of application to ensure that

availability of services is not compromised at any failure instance.

12. SLA driven solution - Data from connected smart devices to be readily available

(real-time), aggregated, classified and stored, so as not to delay the business processes

Page 124: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 124 of 273

of monitoring and decision making, and will enable appropriate timely sharing across

the Smart City organization.

Readily available and consumed device data will facilitate timely access of analytics reports

at every level and department of the Smart City and provide timely analysis of data as well as

monitoring of KPIs through SLAs resulting in effective service delivery and improved

decision making.

13. Reconstruction of truth - System should not allow database/system administrators

to make any changes to data. It should ensure that the data and file (data at rest) that is

kept in the systems has tamper resistance capacity and source of truth (original data of

invoices and final returns) could be used to reconstruct derived data such as ledgers and

system generated returns. System should be able to detect any data tampering through

matching of hash value and should be able to reconstruct the truth.

Services/solutions should be flexible and extensible to respond to, accommodate

and adapt to changing business needs and unanticipated requirements easily.

Consolidate and simplify technology applications wherever possible to minimize

complexity. Ongoing application, database and server consolidation may be

required.

Software should use meta-data to configure itself (using declarations rather than

coding).

Avoid proprietary solutions and technologies if possible. Consider adhering to latest

industry best practices and technical standards.

The infrastructure should support an environment that allows applications to start

small, grow quickly, and operate inexpensively. An adaptable infrastructure

provides the capability to add to the current infrastructure with minimum

inconvenience to the user.

The IT architecture should be designed to support the overall SLA requirements

around scalability, availability and performance.

Each application should be performance tested to identify performance issues. The

potential performance bottlenecks need to be identified and cost-effective paths for

performance improvements should be provided for these identified problem areas.

The system infrastructure should be architected considering failover requirements

and should ensure that a single server or network link failure does not bring down

the entire system.

The system should be reliable handling every request and yield a response. It should

handle error and exception conditions effectively.

14. Integration Architecture - This section recommends the proposed integration

architecture aligning with the overarching architectural principles.The following are the

integration specifications for the various integration scenarios –

Real-time integration

Page 125: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 125 of 273

All the Smart City applications will be deployed in the Data Centre while any external

application of the Smart City ecosystem will reside in outside premises.

The need for a Service Oriented Architecture (SOA) is felt that will facilitate SSCDL/SMC in

defining an enterprise integration platform. An SOA platform will help in data exchange

across applications in real-time mode (both synchronous and asynchronous), promote loose

coupling with ease of maintenance and change, facilitate rapid composition of complex

services, achieve scalability through modularity, and improved business visibility.

SOA is an architectural style that allows the integration of heterogeneous applications &

users into flexible service delivery architecture. Discrete business functions contained in

enterprise applications could be organized as layers of interoperable, standards-based

shared "services" that can be combined, reused, discovered and leveraged by other

applications and processes.

The following are the various integration modes and techniques that could be leveraged -

SOAP web service based interfacing technique will be leveraged as the real-time point

to point synchronous integration mode with external or third party systems. The

following integration points could be considered for SOAP web service based interfacing

-

o Payment gateway of the authorized banks to enable authorized users make financial

transactions for the Smart City services availed by them. This should support a

unified interface to integrate with all Payment Service Providers using web services

over secured protocols.

o SMS application, acting as the SMS Gateway, will make use of APIs for SMS

communication to GSM network using the GSM modem, which can be both event-

driven as well as time-driven. The API will be exposed to initiate the broadcasting

or alert notification.

o Social Media Apps and NoSQL data stores to exchange photos, videos and message

feeds, based on interactions with Citizens and Business as well as comments/posts

to inform stakeholders

o IVR/Customer Support solution with ERP and Transactional Data Repository to

exchange citizen and business demographic, registration and payment data as well

as transactional data related to citizen services and municipal operations.

Message based interfacing technique will be leveraged for real-time asynchronous

integration mode. The following integration points could be considered for message

based interfacing -

o Central LDAP with ERP to synchronize member and employee user registration

data

o Payment solution and ERP to exchange payment data for tracking of beneficiary’s

payment transactions against different services (citizen, workers, transporter,

vendor), master data (employee, vendor/supplier, location, facilities, price table)

o Employee attendance data with ERP (HR Module) to capture data pertaining to

employee location and attendance

o Departmental applications with ERP (Asset Management module) to exchange data

for procurement and maintenance of any assets or infrastructure items for each

department.

Page 126: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 126 of 273

o Municipal operations application with ERP (Material Management module) to

capture materials related transaction and inventory data for public works

o Other government applications with Smart City application to exchange data for

government procurement, public health schemes, welfare schemes, citizen health,

etc.

RESTful API service based interfacing technique will be leveraged for the following

integration areas-

o Access and use of various services provided by the different departments for citizens

and business community will be done through a RESTful, stateless API layer.

o Access and use of various internal functions related to operations and

administration of Smart City for departmental and SSCDL/SMC employees will be

done through a RESTful, stateless API layer

Data integration in batch mode will be through ETL. The following integration points

could be considered for ETL based data integration -

o Initial data migration to cleanse, validate and load the data extracted from source

systems into target tables

o Data load from all the individual transactional systems like ERP, Grievance

Redressal to central enterprise data warehouse solution for aggregation, mining,

dashboard reporting and analytics.

Process Integration layer of the SSCDL/SMC solution will automate complex business

processes or provide unified access to information that is scattered across many systems.

Process Integration will provide a clean separation between the definition of the process in

the process model, the execution of the process in the process manager, and the

implementation of the individual functions in the applications. This separation will allow the

application functions to be reused in many different processes.

An enterprise service bus (ESB) is a software architecture model used for designing and

implementing the interaction and communication between mutually interacting software

applications in Service Oriented Architecture. As software architecture model for distributed

computing it is a variant of the more general client server software architecture model and

promotes strictly asynchronous message oriented design for communication and interaction

between applications. Its primary use is in Enterprise Application Integration of

heterogeneous and complex landscapes. Following are the requirement for an ESB system:

The solution should support static/deterministic routing, content-based routing, rules-

based routing, and policy-based routing, as applicable in various business cases.

The solution should have capabilities to receive input message in heterogeneous formats

from various different systems, interpret those messages, process and transform those

messages to generate output and feed them to various different clients as per formats

applicable.

o The solution should have features to communicate across different services, process

them and expose as single aggregate service to facilitate business functionality

o ESB should support SOA standards such as XML, XSLT, BPEL, web services

standards and messaging standards.

Page 127: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 127 of 273

o ESB should support all industry standards interfaces for interoperability between

different systems

There are four integration gateways envisaged as part of the solution design. The key

requirements with respect to each of these are mentioned below:

SMS Gateway: SMS services are envisaged to be made available as part of the solution

design. The service provider may integrate the solution with SMS gateway available at

SMC/SSCDL, and use the services available through it, or deploy its own SMS Gateway

services at no extra charge to SMC, but it is a mandatory requirement that all the SMS based

services (alerts and notifications) should be available as part of the solution. Following are

some of the key requirements for the SMS services through the solution:

Should contain required details/information and targeted to the applicant or designated

officers of tax departments and other stakeholders and users as per prevailing TRAI

norms

Facilitate access through access codes for different types of services

Support automated alerts that allows to set up triggers that will automatically send out

reminders

Provide provision for International SMS

Provide provision to receive messages directly from users

Provide provision for personalized priority messages

Resend the SMS in case of failure of the message

Provide messaging templates

Email Services: Email services are envisaged to be made available as part of the solution

design to send alerts/intimations/automated messages to registered email ids, based on

preferences set up/opted by individual users. An authenticated SMTP mail service (also

known as a SMTP relay or smart host) is envisaged to be integrated with the solution for

sending mail from the solution, and delivered to intended inbox. Support antispam features.

Payment Gateway: The solution is envisaged to have integration with payment gateways,

to enable authorized Users make financial transactions, as per rights and privileges provided

to him/her. The service provider is required to make the provisions for integration with such

third party gateways and provide payment services, as per requirement of the SSCDL/SMC.

Some of the key features of payment gateway are mentioned below:

Should support secure integration with Payment Service Providers

Should support a unified interface to integrate with all Payment Service Providers

Should support integration with Payment Service Providers using web services and over

HTTP/S protocol

Should manage messages exchange between UI and payment service providers

Should support beneficiary’s payment transactions tracking against various services

Should support bank accounts reconciliation

Page 128: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 128 of 273

Should provide logs for all transactions performed through the Payment Gateway for

future financial dispute resolution that might arise between entities and either

beneficiaries or Payment Service Providers

Should maintain and keep transactions logs for time period required and specified by

the financial regulations followed in country

Should support redundant Payment Discovery

Should submit Periodic Reconciliation Report to government entities

Should support transaction reports to monitor and track payments

Should support real-time online credit card authorization for merchants

Should support compliance with emerging trends and multiple payment options such

debit card, credit card, cash cards and other payment gateways

Should provide fraud screening features

Should support browser based remote administration

Should support multicurrency processing and settlement directly to merchant account

Should support processing of one-time or recurring transactions using tokenization

Should support real time integration with SMS and emails

IVR Services: IVR services are envisaged as part of Call Centre facility, which will be

integrated with the solution, to provide information and services to the people who would

contact the Call Centre: Some of the key features of the IVR services are mentioned below:

Should provide multi-lingual content support

Should facilitate access through access codes for different types of services

Should support Web Service Integration

Should support Dual Tone Multi Frequency (DTMF) using telephone touchpad - in-

band and out-of-band

Should support for Voice Extensible Markup Language (VoiceXML)

Should support speech recognition that interprets spoken words as texts (Advanced

Speech Recognition).

Should support playing of pre-recorded sounds

Should support redirection to human assistance, as per defined rules

Should be able to generate Data Records – (CDRs) and have exporting capabilities to

other systems

Should provide provision for voice mailbox and voice recognition

There are multiple ways of integration of the solution with other systems is envisaged. These

may be through Web Services, Message Queuing, File based or API based. The integration

and data sharing mechanism may be either in Batch Mode or Needs basis (synchronous or

asynchronous). Some of the key requirements of the interface/integration are mentioned

below:

- Interface Definition

- Interface Owner

- Interface Type

- Interface Format

Page 129: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 129 of 273

- Frequency

- Source System

- API/Service/Store Procedure

- Entitlement Service

- Consuming System

- Interface Layout (or) Schema

Should have provision for exceptional scenarios

Should have syntax details such as data type, length, mandatory/option, default values,

range values etc.

Error code should be defined for every validation or business rule

Inputs and outputs should be defined

Should be backward compatible to earlier datasets

Data exchange should provide transactional assurance

Response time and performance characteristics should be defined for data exchange

The failover scenarios should be identified

Data exchange should be auditable

15. Infrastructure Security - The following focused initiatives to discover and remedy

security vulnerabilities of the IT systems of SSCDL/SMC Smart City should be

considered to proactively prevent percolation of any threat vectors -

Deploy anti-virus software to all workstations and servers to reduce the likelihood of

security threats;

Deploy perimeter security technologies e.g. enterprise firewalls to reduce the likelihood

of any security threat;

Deploy web content filtering solutions to prevent threats from compromised websites

to help identify and block potentially risky web pages;

Install enterprise-level e-mail anti-security software to reduce vulnerability to phishing

and other e-mail security spams. This would check both incoming and outgoing

messages to ensure that spam messages are not being transmitted if a system becomes

compromised.

Perform periodic scanning of the network to identify system level vulnerabilities

Establish processes for viewing logs and alerts which are critical to identify and track

threats and compromises to the environment. The granularity and level of logging must

be configured to meet the security management requirements.

Deploy technology to actively monitor and manage perimeter and internal information

security.

Deploy network Intrusion Detection System (IDS) on the perimeter and key points of

the network and host IDS to critical systems. Establish process to tune, update, and

monitor IDS information.

In case of cloud deployment, cloud services can be disrupted by DDoS attacks or

misconfiguration errors which have the potential to cascade across the cloud and

disrupt the network, systems and storage hosting the cloud application.

Page 130: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 130 of 273

Deploy security automation techniques like automatic provisioning of firewall policies,

privileged accounts, DNS, application identity etc.

Page 131: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 131 of 273

14 Annexure II- Functional requirements of ICCC

Application

14.1 Objectives

1. The vision of the ICCC is to have an integrated view of all the smart initiatives undertaken

by SMC/SSCDL/ Other City based Organisations, with the focus to serve as a decision

support engine for city administrators in day to day operations as well as during exigency

situations. This dynamic response to situations, both pre-active and re-active will truly make

the city operations “SMART”.

2. ICCC involves leveraging on the information provided by various departments and

providing a comprehensive response mechanism for the day-to-day challenges across the

city. ICCC shall be a fully integrated, web-based solution that provides seamless incident –

response management, collaboration and geo-spatial display.

3. ICCC shall facilitate the viewing and controlling mechanism for the selected field locations

in a fully automated environment for optimized monitoring, regulation and enforcement of

services. The smart city ICCC shall be accessible by operators and concerned authorized

entities with necessary authentication credentials.

4. Various smart elements should be able to use the data and intelligence gathered from

operations of other elements so that civic services are delivered lot more efficiently and in

an informed fashion.

5. The licenses to be procured for ICCC Application should be perpetual and enterprise level

with no limit in terms of number of uses cases/domains/IOT devices/integration interfaces.

14.2 Functional and Technical Specification for CCC Software

# Functions Minimum Specifications Bidder Compliance

1. Solution &

Platform

The Command & Control solution should be

Commercial-of-the-shelf (COTS) product.

2. The Command & Control solution should comply

with industry open standards.

3. Must have built-in fault tolerance, load balancing

and high availability.

4. Proposed solution shall be available with complete

transparency including operation manuals, help

documents and source code for customization.

5. CCC Solution (consisting of Application, Database

and any other component) must not be restricted by

the license terms of the OEM from scaling out on

sensors or number of cores or processors or servers

or no. of domain systems or use cases, etc. during

future expansion.

Page 132: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 132 of 273

# Functions Minimum Specifications Bidder Compliance

6. CCC Solution must provide a comprehensive API

(Application Program Interface) or SDK (Software

Development’s Kit) to allow interfacing and

integration with third party systems/application

and sensors.

7. The solution should be network and protocol

agonistic and provide option to connect various

domain systems / devices through API’s, DB

Connectors, Message broker etc. with either read,

write or both options. It should connect diverse on

premise and/or cloud platform’s and makes it easy

to exchange data and services between them.

8. The platform should be able to normalize the data

coming from different devices of same type (e.g.

Different lighting sensor from different OEMs,

different energy meters from different OEMs etc.)

and provide secure access to that data using data

API(s) to application developers

9. Convergence of

Multiple feeds /

services

System need to have provision to integrate various

services and should enable to monitor and operate

them.

System should have capability to source data from

various systems implemented in Surat City to create

actionable intelligence

10. Compliance to /

Support for

Industry

Standards for the

Command &

Control Centre

Solution

The solution should adhere to the Industry

standards for interoperability, data representation

& exchange, aggregation, virtualization and

flexibility

11. IT Infrastructure Library (ITIL) standards for

Standard Operations Plan & Resource Management

12. Geo Spatial Standards like GML & KML etc.

13. Business Process Model and Notation (BPMN) or

equivalent for KPI Monitoring.

14. Command &

Control Centre

Components

Solution should provide web-based, one-stop

portals to event information, overall status, and

details. The user interface (UI) to present

customized information in various preconfigured

views in common formats. All information to be

displayed through easy-to-use dashboards.

Page 133: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 133 of 273

# Functions Minimum Specifications Bidder Compliance

15. Solution to provide a set of services for accessing

and visualizing data. Should be able to import data

from disparate external sources, such as databases

and files. It should provide the contacts and instant

messaging service to enable effective, real-time

communication. It should provide business

monitoring service to monitor incoming data

records to generate key performance indicators. It

should also provide the users to view key

performance indicators, standard operating

procedures, notifications, and reports, spatial-

temporal data on a geospatial map, or view specific

details that represent a city road, building or an area

either on a location map, or in a list view. The

application server should provide security services

that ensure only authorized users and groups can

access data.

16. Incident

Management

Requirements

The system must provide Incident Management

Services to facilitate the management of response

and recovery operations:

17. Should support comprehensive reporting on event

status in real time manually or automatically by a

sensor/CCTV video feeds.

18. Should support for sudden critical events and

linkage to standard operating procedures

automatically without human intervention.

19. Should support for multiple incidents with both

segregated and/or overlapping management and

response teams.

20. Should support Geospatial rendering of event and

incident information.

21. Should support plotting of area of impact using

polynomial lines to divide the area into multiple

zones on the GIS maps.

22. Should support incorporation of resource database

for mobilizing the resources for response.

23. Should provide facility to capture critical

information such as location, name, status, time of

the incident and be modifiable in real time by

multiple authors with role associated permissions

(read, write). Incidents should be captured in

standard formats to facilitate incident correlation

and reporting.

24. The system must identify and track status of critical

infrastructure / resources and provide a status

overview of facilities and systems

Page 134: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 134 of 273

# Functions Minimum Specifications Bidder Compliance

25. Should provide detailed reports and summary views

to multiple users based on their roles.

26. A Reference Section in the tool must be provided for

posting, updating and disseminating plans,

procedures, checklists and other related

information.

27. Provide User-defined forms as well as Standard

Incident Command Forms for incident

management.

28. Integrated User

Specific &

Customizable

Dashboard

Should provide integrated dashboard with an easy

to navigate user interface for managing profiles,

groups, message templates, communications,

tracking receipts and compliance

29. Collects major information from other

integrated City sensors/platforms.

Should allow different inputs beyond cameras,

such as, PC screen, web page, and other external

devices for rich screen layout

Multi-displays configurations

Use of, GIS tool which allows easy map editing

for wide area monitoring (Google map, Bing

map, ESRI Arc GIS map, etc.).

30. Should provide tools to assemble personalized

dashboard views of information pertinent to

incidents, emergencies & operations of command

center

31. Should provide historical reports, event data &

activity log. The reports can be exported to pdf or

html formats.

32. Should provide dashboard filtering capabilities that

enable end-users to dynamically filter the data in

their dashboard based upon criteria, such as region,

dates, product, brands, etc. and capability to drill

down to the details

33. Device Status,

Obstruction

Detection and

Availability

Notification

Should provide icon based user interface on the GIS

map to report non-functional device.

34. Should also provide a single tabular view to list all

devices along with their availability status in real

time.

35. Should provide User Interface to publish messages

to multiple devices at the same time.

Page 135: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 135 of 273

# Functions Minimum Specifications Bidder Compliance

36. Event Correlation Command & Control Centre should be able to

correlate two or more events coming from different

subsystems (incoming sensors) based on time,

place, custom attribute and provide correlation

notifications to the operators based on predefined

business and operational rules in the configurable

and customizable rule engine.

37. Standard

Operations

Procedures (SOP)

Command & Control Centre should provide for

authoring and invoking un-limited number of

configurable and customizable standard operating

procedures through graphical, easy to use tooling

interface.

38. Standard Operating Procedures should be

established, approved sets of actions considered to

be the best practices for responding to a situation or

carrying out an operation.

39. The users should be able to edit the SOP, including

adding, editing, or deleting the activities.

40. The users should be able to also add comments to or

stop the SOP (prior to completion).

41. There should be provision for automatically logging

the actions, changes, and commentary for the SOP

and its activities, so that an electronic record is

available for after-action review.

42. The SOP Tool should have capability to define the

following activity types:

43. Manual Activity - An activity that is done

manually by the owner and provide details in the

description field.

44. Automation Activity - An activity that initiates

and tracks a particular work order and select a

predefined work order from the list.

45. If-Then-Else Activity - A conditional activity that

allows branching based on specific criteria. Either

enter or select values for Then and Else.

46. Notification Activity - An activity that displays a

notification window that contains an email template

for the activity owner to complete, and then sends

an email notification.

47. SOP Activity - An activity that launches another

standard operating procedure.

48. Key Performance

Indicator

Command & Control Centre should be able to

facilitate measurement or criteria to assay the

Page 136: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 136 of 273

# Functions Minimum Specifications Bidder Compliance

condition or performance of departmental

processes & policies.

49. Green indicates that the status is acceptable, based

on the parameters for that KPI, no action is

required.

50. Yellow indicates that caution or monitoring is

required, action may be required.

51. Red indicates that the status is critical and action is

recommended.

52. Reporting

Requirements

Command & Control Centre should provide easy to

use user interfaces for operators such as Click to

Action, Charting, Hover and Pop Ups, KPIs, Event

Filtering, Drill down capability, Event Capture and

User Specific Setup

53. The solution should generate Customized reports

based on the area, sensor type or periodic or any

other customer reports as per choice of the

administrators

54. Collaboration

Tools

Should provide tools for users to collaborate &

communicate in real-time using instant messaging

features.

55. Communication

Requirements

The solution should adhere to the below mentioned

communication requirements.

56. Provide the ability to search/locate resources based

on name, department, role, geography, skill etc. for

rapidly assembling a team, across department,

divisions and agency boundaries, during emergency

57. Provide the capability to Invite - Using information

provided during the location of those individuals or

roles, invite them to collaborate and to share

valuable information.

58. Provide a single web based dashboard to send

notifications to target audiences using multiple

communication methods including voice‐based

notification on PSTN/Cellular, SMS, Voice mail, E‐

mail, etc.

59. The solution should provide Dispatch Console

integrates with various communication channels. It

should provide rich media support for incidents,

giving dispatchers the power to consolidate

information relating to an incident and instantly

share that information among responder teams. It

should assess the common operating picture,

Page 137: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 137 of 273

# Functions Minimum Specifications Bidder Compliance

identify & dispatch mobile resources available

nearby the incident location. Augment resources

from multiple agencies for coordinated response.

60. Authentication Use authentication information to authenticate

individuals and/or assign roles.

61. Instant

messaging

Provide ability to converse virtually through the

exchange of text, audio, and/or video based

information in real time with one or more

individuals within the emergency management

community.

62. Events and

Directives control

Should provide the capability for the events that are

produced from a sub- system and are forwarded to

the Command & Control Centre. Events could be a

single system occurrence or complex events that are

correlated from multiple systems. Events could be

ad hoc, real-time, or predicted and could range in

severity from informational to critical. At the

Command & Control Centre, the event should be

displayed on an operations dashboard and analysed

to determine a proper directive.

63. Directives issued by the Command & Control Centre

should depend on the severity of the monitored

event. Directives will be designed and modified

based on standard operating procedures, as well as

state legislation. A directive could be issued

automatically via rules, or it could be created by the

operations team manually.

64. What-if Analysis

Tool

The solution should provide the capability to

manage the emergencies and in-turn reducing risks,

salvaging resources to minimize damages and

recovering the assets that can speed up recovery.

65. To take proactive decisions that help minimize risks

and damages, the solution should provide Analytical

and Simulation systems as part of the Decision

Support System. The solution should help simulate

what if scenarios. It should help visualize

assets/resources at risk due to the pending/ongoing

incident, should render impacted region on a

GIS/3D map. The solution should help build the list

of assets, their properties, location and their

interdependence through an easy to use Graphical

User Interface. When in What if Analysis mode the

solution should highlight not only the primary asset

impacted but also highlight the linked assets which

will be impacted. The user should be able to run the

Page 138: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 138 of 273

# Functions Minimum Specifications Bidder Compliance

What-if Analysis mode for multiple types of

emergency events such as Bomb Blast, Weather

events, Accidents etc.

66. Resource and

Route

Optimisation

The system should provide the software component

for the message broadcast and notification solution

that allows authorized personal and/or business

processes to send large number of messages to

target audience (select-call or global or activation of

pre-programmed list) using multiple

communication methods including SMS, Voice

(PSTN/Cellular), Email, etc.

67. Alert & Mass

Notification

Requirements

Provide a single web based dashboard to

create/generate and send notifications/alert to

target audiences using multiple communication

methods including voice-based notification on

PSTN/Cellular, SMS, Pager, Voice mail, E-mail, etc.

68. Provide Role based security model with Single-Sign-

On to allow only authorized users to access and

administer the alert and notification system.

69. Security & Access

Control

Provide comprehensive protection of web content

and applications on back-end application servers, by

performing authentication, credential creation and

authorization.

70. Internet Security Comprehensive policy-based security

administration to provide all users specific access

based on user's responsibilities. Maintenance of

authorization policy in a central repository for

administration purposes.

71. Authorization Should support to enable assignment of permissions

to groups, and administration of access control

across multiple applications and resources. Secure,

web-based administration tools to manage users,

groups, permissions and policies remotely

72. User group Provide policies using separate dimensions of

authorization criteria like Traditional static Access

Control Lists that describe the principals (users and

groups) access to resource and the permissions each

of these principals possess.

73. Provide multi-

dimensional

access control

SSO to Web-based applications that can span

multiple sites or domains with a range of SSO

options.

74. Flexible single

sign-on (SSO)

Support LDAP authentication mechanism

75. Authentication Should have ability to respond to real-time data with

intelligent & automated decisions

Page 139: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 139 of 273

# Functions Minimum Specifications Bidder Compliance

76. Rule Engine &

Optimization

Should provide an environment for designing,

developing, and deploying business rule

applications and event applications.

77. The ability to deal with change in operational

systems is directly related to the decisions that

operators are able to make

78. Should have at-least two complementary decision

management strategies: business rules and event

rules.

79. Situational

Awareness COP

(Common

Operational

Picture)

The CCA should be able to combine data from

various sources and present it as different

views tailored to different operator’s needs.

The CCA should automatically update the

information based on alarms and incidents

that are presented to it via the business rules

engine. The polling and CCA database refresh

cycle shall be configurable to match the

status of the situation (whether there is an

emergency or crisis or just monitoring only).

Common Operational Picture should

comprise of a comprehensive view of the

incident or a group of related incidents as on

a specific date and time which should include

but not be limited to the following:

- Tasks assignment and their status

- Agencies involved

- Resources deployed

- Incident status across relevant

parameters of the incident e.g.

household affected by a transformer

shut down

- Timeline view of the situation

Suggested actions from the system with their status

80. Task

Management

The system should be able to create, assign,

track and report on the lifecycle of tasks

during a particular incident.

The system should allow a particular task

to be decomposed into sub-tasks.

The system should provide an easy to

interpret management dashboard view of

the progress of all tasks during an incident.

The system should be able to organise the

visual representation of tasks into

prioritized list, filtered list, as well as colour

coded representation for ease of

understanding.

Page 140: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 140 of 273

# Functions Minimum Specifications Bidder Compliance

The system should be able to perform the

following functions around task

management:

- Create a task with unique ID. (Subtasks

shall follow parent ID with second level

numbering).

- Assign a target completion date and

time for the task, either directly or as a

time-span from the task’s creation.

- Date and time stamp of the creation of

the task.

- Log and track status of tasks. System

should provide capability to define

status of tasks during its lifecycle.

These status definitions could be

mapped to other task attributes such as

the task type.

- Key-word search against task list.

The above attributes shall be colour coded.

The system shall allow the tasks to be

filtered on the real-time dashboard by

agency then by task status. This filtering

should allow an operator to filter for all

tasks of a particular state or a combination

of state; and by the time remaining until (or

time elapsed since) the target completion

time.

The system should allow multiple

individual workstations to select specific

agencies of interest on each workstation

simultaneously.

The system should allow the SSCDL/SMC

to display all agencies’ tasks

simultaneously as well.

The tasks should be displayed on a real-

time timeline.

The criticality of tasks should be dynamically

changed depending on the performance of the

incident response.

81. Timeline and

Charting

The system should provide a facility to see

incidents and actions (tasks) added to the

CCA in a tabular list form as well as Gantt

chart format filtered by day, week, month,

year or any specific date range.

Page 141: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 141 of 273

# Functions Minimum Specifications Bidder Compliance

The system should provide a facility to see

incidents, actions and interdependencies

between actions in a clear visual graphical

manner.

The system should be able to filter the

information based on at least the following

parameters:

- Incident information

- Resources information

- Agency type

- Tasks

- Criticality or priority

82. GIS Display Shall view the environment through

geospatial or fixed composite computer-

generated (JPEG, BMP, AutoCAD, etc.)

map

Should allow user to view sensor and

related name from the displayed map

Should allow all resources, objects, sensors

and elements on the map to be

geo­referenced such that they have a real

world coordinate.

Should visually display a camera sensor

with related camera orientation, camera

range and camera field of view angle.

Should visually display an alarming sensor

on map

Should visually differentiate sensor alarm

severities on map through different color

and icon identifiers

Should immediately view alarm details

(including description, video, etc.) and

investigate the alarm from the map

Should allow user to choose camera and

other sensors from map to view live video

and the data

Should allow user to choose camera and

take live video image snapshot and save to

file from any camera

Should allow user to choose camera from

map to move PTZ cameras

Should allow user to choose camera to

play, pause, stop, fast-forward, rewind,

and play recorded video from preset time

Should allow user to choose camera and

take recorded video image snapshot and

Page 142: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 142 of 273

# Functions Minimum Specifications Bidder Compliance

save to file or print from any live or

recorded video

Should allow user to jump from one map to

the next with a single click of a mouse with

map links

Should allow map information “layers” to

be displayed/hidden on items such as –

- Sensor names

- Sensors

- Sensor range (e.g. camera –

orientation, range, field of view angle)

- Locations and zones

- Perimeter ranges

- Resource tracks

Allow user to zoom in/out on different regions of

map graphic

83. Video Display Shall view live or recorded video from

resizable and movable windows

Should have an ability to perform video

controls for video systems from

workstation

Shall play, fast-forward, rewind, pause, and

specify time to play recorded video

Shall take a video still image (snapshot)

from live or recorded video

Shall export video for user specified time

and duration

Shall have the capability to move PTZ

cameras

Shall view Video in Video Matrix

Shall display in 1x1, 2x2, 3x3 and 4x4

window formats

Shall enable operator to specify video

windows to be displayed in matrix

Shall enable matrix settings to be saved per

user

Shall view either live or recorded video can

be displayed in the video matrix window.

Shall enable video snapshot to be taken and

saved from any window pane in the matrix

view

Shall rotate video in “virtual” video guard

tour

Shall rotate through multiple video views

based on predefined video camera

sequence and duration.

Page 143: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 143 of 273

# Functions Minimum Specifications Bidder Compliance

Shall enable the user to pause the rotation

of video and resume the video rotation

again

Shall enable times between new video to be

adjusted

Shall enable both live video and recorded

video to be played through the video guard

tour.

Shall enable alarms to be generated from

any video pane

Shall enable user to only view and

control video for which they have been

assigned permissions by the administrator

Shall manually create an alarm from the

live or recorded video with specified

severity and description

84. Alarm Display Should have an ability to display alarm

condition through visual display and

audible tone

Should have an ability to simultaneously

handle multiple alarms from multiple

workstations

Should have an ability to automatically

prioritize and display multiple alarms and

status conditions according to pre-defined

parameters such as alarm type, location,

sensor, severity, etc.

Should display the highest priority alarm

and associated data / video in the queue

as default, regardless of the arrival

sequence

85. Historical Alarm

Handling

Should have an ability to view historical

alarms details even after the alarm has

been acknowledged or closed.

Should have an ability to sort alarms

according to date/time, severity, type, and

sensor ID or location.

86. Alarm Reporting Should have an ability to generate a full

incident report of the alarm being

generated.

Should have an ability to display report on

monitor and print report

Should have details of alarm including

severity, time/date, description and

location

Page 144: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 144 of 273

# Functions Minimum Specifications Bidder Compliance

Captured video image snapshots

Relevant sensor data such as SCADA

sensors

Response instructions

Alarm activities (audit trail)

Should have an ability to export alarm

report in various formats including pdf,

jpeg, html, txt, and mht formats

Should have an ability to generate an alarm

incident package including the full incident

report and exported sensor data from the

incident in a specific folder location.

87. Alarm Policies

and Business

Logic

Administration

The CCA solution should have the

following ability to handle the workflow

alarms through graphical user interface.

Should have an ability to match keywords

or text from the alarming subsystem’s

incident description to raise an alarm using

criteria including exact match, exact NOT

match, contains match, wildcard match

and regularly expression match (such as

forced door alarm, denied access, door

open too long, etc.)

Should have an ability to optionally match

alarming subsystem’s incident status,

incident severity, and sensor type

Should have an ability to apply any alarm

policy to one or more monitoring area(s) or

zone(s) without having to reapplying the

policy multiple times.

Should have an ability to apply any alarm

policy to one or more sensors without

having to reapply the policy multiple times.

Should have an ability to assign specific

actions for each alarm

Should have an ability to activate or

deactivate alarms as required

Should have an ability to create exceptions

Should Create batch-wise rules and process

them

Should Check and rectify logical errors and

contradictory rules

Should have an ability to schedule

execution of rules

Page 145: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 145 of 273

# Functions Minimum Specifications Bidder Compliance

Should Suspend or Terminate the

application of rule

Should archive unused or deactivated rules

14.3 Mobile App for Field Staff

The ICCC Solution shall have a field level Mobile App with following features for both Android and

iOS platform:

Assignment of tasks/issues to field staff based on the category, location, department, zone

Field staff should be able to manage and close any task/issues using the App.

The app should have facility to upload a geo-tagged & time-stamped photograph and remarks

text, from mobile device.

The Mobile App shall a have the facility to view the various dashboard based on user access

rights.

Mobile App shall provide push notifications to field staff in parallel to SMS and email.

14.4 Integration Required

The ICCC will aggregate various data feeds from sensors and systems and further process

information out of these data feeds to provide interface /dashboards for generating alert and

notifications in real time.

The CCC would also equip city administration to respond quickly and effectively to emergency

or disaster situation in city through Standard Operating Procedures (SOPs) and step-by-step

instructions. The CCC shall support and strengthen coordination in response to

incidents/emergencies/crisis situations.

Single Dashboard for City Infrastructure Management & Smart City Services for Smart Sensors,

Smart Lighting, Smart Parking System, GIS Services and Other Services of Municipality work

visualized real time on 2D/3D map of City. This dashboard can be accessed via web application

as well as mobile app. The various information that may be accessed from the system but not

limited to are as below:

Visual alerts generated by any endpoint that is part of the city infrastructure e.g.

Surveillance cameras, City lights or any other sensors that manages various city

management use cases.

Access information of water management (SCADA) resources

Information about waste management resources

Integration with ERP System for various administrative and financial dashboards

(including GIS based integration).

City environmental data

Take action based on events generated by any city infrastructure device

Page 146: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 146 of 273

The system shall provide reporting & audit trail functionalities to track all the information and

monitor operator interactions with the system and to impart necessary training to the users.

14.5 Use cases for ICCC Implementation

The ICCC Solution should be capable to develop use cases for various domain pertaining to ULB

function. It shall be flexible enough to add any other domain system as and when required in future.

Civic Utilities

- Water

- Solid Waste

- Sewerage & Drainage

- Roads

- Street Light

- Property Tax

- Health Services

Mobility Services

- Public Transport

- Traffic

- Public Parking

- Public Cycle Sharing

Safety and Surveillance

Emergency and Crisis Management

Convergence

- ERP

- GIS

- Call Center

- Notification Gateway

- Mobile Apps

- Websites

- Messaging Display

- Public Address System

Brief description of the above is as under: 1. City Utilities and Civic Services: These primarily include civic services provided by the

urban local body (ULB) to cater to daily needs of citizens in general. The CCC solution must integrate & monitor these services at its facility as any disruption in the services and lack of timely response could lead to poor service delivery. Few basic utilities managed by ULBs are as follows: a) Water Supply and Waste Water Management: The water supply and its quality

treatment is done by ULBs. Waste water treatment operations are also managed by ULBs.

b) Solid Waste Management: This includes services like residential garbage collection, construction and debris collection, and recycling of the waste collected and disposal on daily basis.

c) Smart Street Lighting Management: This refers to the management of network of street lights installed across city limits to ensure safe streets.

d) Environment: It refers to the various sensors installed across city to monitor data from sensors like pollution sensors, noise sensors, light sensors, etc.

2. City mobility services: These services refer to connectivity services provided by the city for public to travel from one point to another. It includes provision of connectivity, accessibility and also public space for parking of vehicles. The three broad domains can be listed as below: a) Transit Management (connectivity): It refers to management of public transport

vehicles like buses, taxis, and trains etc. which assist public in connecting to various parts of the city.

Page 147: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 147 of 273

b) Traffic Management (accessibility): This refers to the planning & control of transport services across city to manage the traffic flow within the city.

c) City Parking Solutions: It refers to the management of public parking spaces in terms of usage as well as revenue collection.

3. Safety and Security: Primarily the function of police, these refers to operations to enhance the safety of the public and provide necessary surveillance information to Police for both reactive and predictive policing. For ULB, the surveillance is needed for public parks, ULB offices, schools, etc.

4. Crisis Management: These services addresses the major disaster-related events which may occur in a city affecting city as a whole (e.g. floods) or a part of the city (e.g. fire accident). The Crisis management operations in a city includes medical services, fire brigade and police which may need to react either together or in any combinations based upon the type of exigency. Being an important aspect of city CCC, it is imperative that crisis management should be in place and properly implemented covering all the possible events which may disrupt either part of or complete city.

5. Convergence: There are certain enterprise systems/application used by city government to support city operations. Services like geo-graphical information system (GIS) for the city tags all the important functions of a ULB on a map providing them a holistic view of the city. Service like Enterprise Resource Planning (ERP) is essentially integrated management of core processes across various services providing real-time, digitized information about the system. Such services cut across the length and breadth of the core services and thus the offered ICCC must address the same as it assist city administrators in visualizing information at pan-service & pan-city level with functionality to drill-down on specific part of the city or specific service if required.

These services of respective functional use case should be configured with ICCC platform. ICCC solution should comprises of following component for various use cases:

a) Data Acquisition and Visualization b) Data Analytics and Co-relation c) Communication d) Command and Control

The CCC Solution should be comprised of

a) Sensor Integration for data acquisition and aggregation from edge network in city. b) Network layer c) Data center layer d) Applications layer e) Data Analytics and Co-relation layer f) Command Control layer g) Service delivery layer h) Security layer

Successful SI will be required to develop use cases pertaining to above mentioned domain systems with visualization, analytics, communication and control capabilities. Detailed use case for every domain system will be finalized during requirement gathering post award of the work. Tentative list of use cases have been defined as under which will be finalized during requirement gathering phase. As and when the system expands and more applications get added the SI is required to be open to all such subsequent additions.

Page 148: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 148 of 273

Corresponding feeds/data would be made available from external source-system to be integrated

(i.e. from ERP system, Water SCADA System etc.). The SI must carry out complete integration,

where source-system is part of the current project scope.

# Function Use Case

1. Transit - Monitor the BRTS & City Bus fleet performance in terms of vehicle utilisation/trip adherence/violations/ridership/etc.

- Identify the vehicles located within the selected region and on selection show vehicle & driver information

- Configure thresholds, generate alert and trigger SOP

2. SMC Vehicles - Monitor the fleet utilisation of different SMC vehicles based on the type of vehicle/zone/department/etc.

- Identify untracked / unused vehicles beyond specified time - Configure thresholds, generate alert and trigger SOP

3. Water - View WTP wise parameters like water treated/water quality/capacity utilisation/pumps in operation/etc.

- View total water treated vs total water distributed - View water quality samples/failed samples - View and correlate water system parameters with water complaints - Generate heat map - The view should allow the facility to change the time scale from 1 hr. to

1 year, with daily, weekly, monthly, quarterly and yearly views available.

- Configure thresholds, generate alert and trigger SOP 4. Street Light - View on and off street lights on the city map

- Control various parameters of the street light at a feeder pillar level - Generate heat map

- The view should allow the facility to change the time scale from 1 hr. to 1 year, with daily, weekly, monthly, quarterly and yearly views available.

- Configure thresholds, generate alert and trigger SOP

5. Property/Profession Tax

- View ward wise/zone wise tax collection efficiency on the city map - View ward wise/zone wise total /current/arrears outstanding on the

map - Generate heat map

- Map establishments on city map w.r.t. different parameters like employees registered, type of establishment, etc.

- The view should allow the facility to change the time scale from 1 hr. to 1 year, with daily, weekly, monthly, quarterly and yearly views available.

- Configure thresholds, generate alert and trigger SOP

6. Shops & Est. Registration

- View ward wise/zone wise registration/pending renewal on the city map

- Map establishments on city map w.r.t. different parameters like employees registered, type of establishment, etc.

- Generate heat map

- The view should allow the facility to change the time scale from 1 hr. to 1 year, with daily, weekly, monthly, quarterly and yearly views available.

- Configure thresholds, generate alert and trigger SOP

Page 149: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 149 of 273

# Function Use Case

7. Birth/Death Registration

- View ward wise/zone wise total/male/female/still births registered - View hospital wise average time to register birth events/zone office

wise to issue birth certificates

- View ward wise/zone wise gender/age/disease wise deaths registered - Generate heat map - The view should allow the facility to change the time scale from 1 hr. to

1 year, with daily, weekly, monthly, quarterly and yearly views available.

- Configure thresholds, generate alert and trigger SOP

8. Nursing Home Registration

- View ward wise/zone wise hospitals/dispensaries based on speciality/bed capacity/ICU facility etc.

- View ward wise/zone wise registered/non-renewed establishments - Generate heat map - The view should allow the facility to change the time scale from 1 hr. to

1 year, with daily, weekly, monthly, quarterly and yearly views available.

- Configure thresholds, generate alert and trigger SOP 9. Right to

Service Delivery

- View zone/civic center wise applications/pending applications/pending applications beyond SLA

- View zone/civic center wise pendency/average TAT over a period of time

- The view should allow the facility to change the time scale from 1 hr. to 1 year, with daily, weekly, monthly, quarterly and yearly views available.

- Configure thresholds, generate alert and trigger SOP 10. Civic

Center/Ward - View the aggregate transactions/collection/TAT for a given civic center

on the city map. - The view should allow the facility to change the time scale from 1 hr. to

1 year, with daily, weekly, monthly, quarterly and yearly views available.

- Configure thresholds, generate alert and trigger SOP

11. Complaint Management

- View category wise /subcategory wise total/pending/pending beyond SLA/reopened/escalated complaint

- View trend for category wise/subcategory wise complaint statistics over a period of time

- Generate heat map - The view should allow the facility to change the time scale from 1 hr. to

1 year, with daily, weekly, monthly, quarterly and yearly views available.

- Configure thresholds, generate alert and trigger SOP 12. Project

Management System

- View the department wise/zone wise/area wise project status in terms of physical/financial progress/delays/status/etc.

- The view should allow the facility to change the time scale from 1 hr. to 1 year, with daily, weekly, monthly, quarterly and yearly views available.

- Configure thresholds, generate alert and trigger SOP

13. Solid Waste - View zone wise/ward wise D2D vehicle performance

- View total waste/waste type wise collection statics - View and correlate SWM system parameters with complaints

Page 150: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 150 of 273

# Function Use Case

- The view should allow the facility to change the time scale from 1 hr. to 1 year, with daily, weekly, monthly, quarterly and yearly views available.

- Configure thresholds, generate alert and trigger SOP

14. Connectivity - View connectivity status of all field devices/sensors/locations superimposed on the city map.

- View the bandwidth utilization of all field devices superimposed on the city map.

15. Display - View the messages displayed at the Variable Messaging Sign Board (display boards) in a specific area of the city. The geographical selection can be in terms of a polygon or could be linear.

- Change the message to be displayed on a specific display board, display board in an area or across the city.

16. Sensor View NOX/SO2/CO2/O2/etc. levels across the city, view threshold breaches, and view data superimposed on a map.

14.6 Other Requirements

1. The ICCC will be the nodal point of availability of all online data and information related to

various current and future smart elements and will be connected to other SMC/SSCDL

network of services through an integration layer.

2. The ICCC will be established with all hardware, software and network infrastructure

including switches and routers and will be maintained by the successful bidder throughout

the mentioned period.

3. All required Servers, Storage, Software, Network Switches for entire project shall be

installed in the integrated manner.

4. The controls and displays should be mounted in ergonomically designed consoles to keep

operator fatigue to a minimum and efficiency high.

Security: In no circumstances this data accumulated and processed by Command and Control

should be compromised. Hence provisions will be made to keep all the data stored in this platform

highly secured with required Security framework implementation. The platform will be hosted in

DC Area located within ICCC Building. Further the platform will provide an open standards based

integration Bus with API Management, providing full API lifecycle management with governance

and security.

Page 151: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 151 of 273

15 Annexure III- Technical requirements for ICT

Components

1. The bidder can quote for each item meeting or exceeding the below mentioned

minimum specification. Separate sheet needs to be attached if required.

2. The specification mentioned below are minimum specification. The bidder can

quote the products equivalent or higher depending upon the sizing for the entire

solution.

3. The technical spec sheet and the product brochure of the product offered should

also be submitted along with technical bid.

4. In case the space provided is not sufficient then a separate paper as per the format

below can be annexed to the bid. The same must be duly signed and stamped.

15.1 Video Wall Screen

The Video Wall for CCC shall be configured with 14 x 4 matrix formation of the

following Professional Display (TV) Screens of DELTA

/BARCO/CHRISTIE/PLANNER/NEC/MITSUIBISHI make.

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks, if any

1. Technology DLP Display suitable for use

in video wall

2. Screen Size 70’’ or higher (14x4 matrix)

3. Operation 24 X 7

4. Lifetime of Light

Source

Minimum 60,000 hrs.

5. Resolution 1920 x 1200

Full high definition (1080p)

16:9 Widescreen or 16:10

6. Contrast ratio 2200:1

7. Brightness Minimum 1000 lumens

(ANSI) or

Minimum onscreen 290

Cd/m2

8. Brightness

Uniformity

≥ 95 %

9. Viewing angle Maximum ± 35° Horizontal /

± 33°Verticle

10. Response time 8ms

Page 152: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 152 of 273

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks, if any

11. Screen to Screen

Gap

≤ 0.2 mm at all

temperature/humidity

conditions

12. Input HDMI and other inputs as per

Video Wall solution offered

13. Control - On Screen Display (OSD)

- IR remote control

(Desirable)

14. Chip Type Single chip DLP

15. Operations 24 x 7

16. Specify the

proposed Make

17. Specify the

proposed Model No

15.2 Video Wall Controller (From same Video wall OEM)

# Parameters Minimum Requirements Compliance

(Yes/No)

Remarks, if

any

Display Processor

1. Features Supports output up to 1920 *

1200 resolution with 60fps

Supports H.264 decoding

immediately

Supports up to 64 windows per

display

Supports Multicasting Windows

2. Output HDMI 1.3 , Channel -1 , Color

depth 8/10 bit

3. Image processing High tap filter for image scaling

Accurate synchronization for

display wall

Support H.264/H.265/MPEG4

decoding

Up to 64 free window per display

Window title with vector texts

Bezel-compensation and overlap

4. Network 1000 MB network with

redundancy

Page 153: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 153 of 273

# Parameters Minimum Requirements Compliance

(Yes/No)

Remarks, if

any

Should support POE

Supports protocol - DHCP, UDP,

TCP/IP

Supports Static IP & Automatic

IP

5. MTBF more than 100,000 hours

6. Interface HDMI x1, RS 232x1, USB x 2, RJ-

45 x 2, BNC-F*2 Sync In/Out

7. Operating Range Temperature: 0-40 degree

Centigrade, Humidity - 10 to 90%

non condensing

8. LED indicator LED indicators for Power, Status,

Network, Fan.

HD Input Processor

9. Features Captures signals up to 1920 *

1200 resolution with 60fps

Supports four windows at any

position and in any size

Supports to loopback progressive

VGA or HDMI input signal

Supports Multicasting Windows

Supports Power-on-Ethernet

Supports KVM

10. Input DVI -I, Channel -1, Color depth 8

bit

11. Output HDMI 1.3 , Channel -1

12. Network 1000 MB network with

redundancy

Should support POE

Supports protocol - DHCP, UDP,

TCP/IP

Supports Static IP & Automatic

IP

13. Image processing High tap filter for image scaling

Accurate synchronization for

display wall

Support 4 window

simultaneously

Supports windows multicasting

Page 154: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 154 of 273

# Parameters Minimum Requirements Compliance

(Yes/No)

Remarks, if

any

14. LED indicator LED indicators for Power, Status,

Network, Fan.

15. Operating Range Temperature: 0-40 degree

Centigrade, Humidity - 10 to 90%

non condensing

16. MTBF more than 100,000 hours

17. Interface HDMI x1 Type A, DVI-I x1 Type

A, RS 232 x1 (DB 9), USB x 2, RJ-

45 x 2,

18. Specify the

proposed Make

Make should be same of Video

wall display

19. Specify the

proposed Model

No

Server Specifications (Dell/HP/Lenovo)

20. CPU Core 2 Du0 2.4G Hz or above

21. Memory 16 GB or above

22. Network 2*1 GbE LAN

23. OS Windows Server 2008

24. HDD SATA 160GB or above

25. Specify the

proposed Make

26. Specify the

proposed Model

No

Page 155: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 155 of 273

15.3 Video Wall Management Software

# Functionality Compliance

(Yes/No)

Remarks, if

any

Video Wall Monitoring Software from same OEM

1. Ability to pre-configure and store various display

layouts and access them at any time with a simple

mouse click.

2. Ability to display multiple sources anywhere on video

wall in any size.

3. Ability to configure display layouts in real time

without reboot.

4. Ability to create the display layout in background

without interrupting the live display.

5. Ability to create and store different profiles defining

one or more source and size for different scenarios.

6. Application must be GUI based with easy to use and

configure interface.

7. Ability to control the Wall Monitoring System

through remote PC connected by LAN

8. Ability to display the screen content of the desktop /

workstation connected with the Display Controller on

the Display wall.

9. The wall management software should support open

APIs to enable system integrators to integrate it with

their Software.

10. Ability to centrally manage configuration parameters.

11. Ability to schedule backup and restore the

configuration parameters.

12. Ability to Drag and Drop of sources.

13. Event log of user access and client access with time

stamp.

14. Role based user creation and management.

15. Specify the proposed Make (Make should be same of

Video wall display)

16. Specify the proposed Model No

15.4 49" Curved Monitor for ICCC Operator

# Parameter Minimum Specifications

Compliance (Yes/No)

Remarks, if any

1. Screen Size (Diagonal) 48”

2. Technology LED Backlit

Page 156: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 156 of 273

# Parameter Minimum Specifications

Compliance (Yes/No)

Remarks, if any

3. Resolution (Pixels) Minimum 3840 X 1080

4. Aspect Ratio 32:9

5. Brightness (Nits) 350

6. Native Contrast Ratio (Minimum)

1000 : 1

7. Antiglare Coating Yes

8. Split Screen Feature Yes

9. Inbuilt Speakers Yes

10. Input Ports Minimum 3 ports (HDMI / Display Port / DVI-D)

11. USB Port Yes

12. Mounting Arrangement Table Mount

13. Operating Humidity (%RH)

10 - 80%

14. Power Supply 230V AC, 50 Hz

15. Type Of Power Supply In-built

16. Specify the proposed Make

17. Specify the proposed Model No

15.5 Workstations for ICCC Operators

# Parameter Minimum

Specifications

Compliance

(Yes/No)

Remarks,

if any

1. Processor Intel® 8th generation

Core™ i7-8700 Processor

(3.20 GHz Base

Frequency/Clock Speed,

12M Cache, 6 core) or higher

2. Chipset Intel Q370 chipset or better

3. Motherboard OEM Motherboard

4. RAM 16 GB DDR4 RAM @ 2666

MHz or higher with single

Page 157: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 157 of 273

# Parameter Minimum

Specifications

Compliance

(Yes/No)

Remarks,

if any

DIMM, Minimum 4 DIMM

slots and Shall be expendable

to 64 GB

5. Graphics card WHQL certified NVIDIA

Graphics card with 2 GB

onboard video memory

6. HDD Minimum 2 TB SATA III

Hard Disk @7200 RPM or

higher

7. Media Drive NO CD / DVD Drive

8. Network interface 10/100/1000 Mbps

autosensing on board

integrated RJ-45 Ethernet

port.

9. Audio Line/Mic IN, Line-

out/Speaker Out (3.5 mm)

10. USB Ports Minimum 6 USB ports at

least 4 USB 3.0 ports (out of

that 2 must be in front)

11. Ports Minimum 3 display output

ports(HDMI/DVI/Display

Port)

12. Keyboard 104 keys minimum OEM

keyboard

13. Mouse 2 button optical scroll mouse

(USB)

14. Monitor Please refer specifications for

49” Curved Monitor for

Operators

15. Accessories All workstations should be

with keyboard, mouse,

headphones including mic.

16. Certification Energy star 5.0/BEE star

certified

17. Operating System Pre-loaded Windows 10 (or

latest) Professional 64 bit,

Page 158: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 158 of 273

# Parameter Minimum

Specifications

Compliance

(Yes/No)

Remarks,

if any

licensed copy with certificate

of authenticity (or equivalent

authenticity information)

and all necessary and latest

patches and updates. Can be

downgraded to Windows 7

Professional (64 bit). All

Utilities and driver software,

bundled in CD/DVD/Pen-

drive media

No software that are trial

version or unlicensed in

nature should be pre-

installed on the system.

18. Security Onboard Integrated Trusted

Platform Module 2.0

19. Specify the proposed

Make

20. Specify the proposed

Model No

15.6 Desktop PC (Dell/HP/Lenovo)

# Parameter Minimum Specifications Compliance (Yes/No)

Remarks, if any

1. Processor Intel® 8th generation Core™ i3-8100 Processor (3.60 GHz Base Frequency/Clock Speed, 6M Cache, 4 core) or higher

2. Memory 8 GB DDR4 RAM @ 2400 MHz or higher with single DIMM, Shall be expendable to 64 GB One DIMM Slot must be free for future upgrade

3. Motherboard Intel Q370 chipset or better

4. Hard Disk Drive Minimum 1 TB SATA III Hard Disk @7200 RPM or higher

Page 159: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 159 of 273

# Parameter Minimum Specifications Compliance (Yes/No)

Remarks, if any

5. Audio Line/Mic In, Line-out/Speaker Out (3.5 mm)

6. Network port 10/100/1000 Mbps auto-sensing on-board integrated RJ-45 Ethernet Port

7. USB Ports Minimum 6 USB ports at least 4 USB 3.0 ports (out of that 2 must be in front)

8. Display Port Minimum 2 display output ports (VGA/HDMI/DVI/Display Port)

9. Keyboard 104 keys Heavy Duty Mechanical Switch Keyboard (USB Interface) with 50 million keystrokes life per switch. Rupee Symbol to be engraved.

10. Mouse Optical with USB interface (same make as desktop)

11. Monitor Minimum 21.5” diagonal LED Monitor with 1366x768 or higher resolution. (Same make as desktop). Must be TCO05 certified

12. Operation System and Support

Pre-loaded Windows 10 (or latest) Professional 64 bit, licensed copy with certificate of authenticity (or equivalent authenticity information) and all necessary and latest patches and updates. Can be downgraded to Windows 7 Professional (64 bit). All Utilities and driver software, bundled in CD/DVD/Pen-drive media No software that are trial version or unlicensed in nature should be pre-installed on the system.

13. Certification for Desktop

Energy Star 5.0 or above / BEE star certified

Page 160: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 160 of 273

# Parameter Minimum Specifications Compliance (Yes/No)

Remarks, if any

14. Other pre-loaded software (open source/ free)

Latest version of Libre-office, Latest version of Adobe Acrobat Reader, Scanning Software (as per scanner offered). These software shall be pre-loaded (at the facility of OEM or any other location) before shipment to MCGM offices/locations.

15. Specify the proposed Make

16. Specify the proposed Model No

15.7 Office Productivity suite

# Parameter Minimum Specifications Compliance (Yes/No)

Remarks, if any

1. Software OEM

Microsoft

2. Software Microsoft Office 2019 Professional

3. License Type Perpetual, Not tied to OEM Machine (can be used on any desktop)

15.8 Monochrome Printer

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks, if

any

1. Printer type Monochrome laser

2. Printer speed Minimum 27 PPM

3. Memory 32 MB RAM

4. Duty cycle Minimum 10000 monthly

5. Duplex Automatic

6. Input Tray Capacity Minimum 250 pages

7. Paper size A4, Letter, Legal

8. Paper Types Plain paper, envelopes

9. Interface/Connectivity USB 2.0 or higher and 10/100 Ethernet

Page 161: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 161 of 273

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks, if

any

10. OS Compatibility Windows 7, 8, 8.1,10 and above

11. Accessories Power cord; Ethernet Cable (patch cord), USB cable; Install Guide; Driver Software CD

12. Specify the proposed Make

13. Specify the proposed Model No

15.9 MFP I (Network B/W MFP for Offices in ICCC)

# Parameter Minimum Specifications Compliance (Yes/No)

Remarks, if any

1. Function Printer, Scanner, Copier all-in-one

Printer 2. Printing Speed Min. 25 ppm or Higher 3. Print Technology Laser 4. Print Quality 1200 x 1200 dpi 5. Duty Cycle Min 20000 pages/month 6. 2-Side Printing Automatic 7. Automatic Paper

Sensor Yes

Scanner 8. Scanner type Flat Bed with ADF for

Duplex documents

9. Scan File Format JPEG, PDF, PNG 10. Resolution 1200 x 1200 dpi 11. Scan speed Min. 20 ppm

Copier 12. Copy Speed Min. 20 ppm

Paper Feeder 13. Total No. of Trays 1 14. Input paper Handling Min. 150-sheet standard 15. Output Paper

Handling Min. 150-sheet

16. Media Size Support A4, A5, Legal, Letter Network Capabilities 17. Network support Built-in Ethernet

10/100/1000 Base TX

18. Operating System Support

Windows XP, Vista, 7, 8, 10, Linux/Unix

19. Memory / Processor 256 MB, 600MHz 20. Cartridge Yield 7000 pages/cartridge

Page 162: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 162 of 273

# Parameter Minimum Specifications Compliance (Yes/No)

Remarks, if any

21. Specify the proposed Make

22. Specify the proposed Model No

15.10 MFP II (Heavy Duty)

# Parameter Minimum Specifications Compliance (Yes/No)

Remarks, if any

1. Function Printer, Scanner, Copier all-in-one

Printer 2. Printing Speed Min. 30 ppm or Higher 3. Print Type Monochrome 4. Duty Cycle Min 50000 pages/month 5. 2-Side Printing Automatic 6. Automatic Paper

Sensor Yes

Scanner 7. Scanner type Flat Bed with ADF for

Duplex documents

8. Scan File Format JPEG, PDF, PNG Copier 9. Copy Speed Min. 30 ppm

Paper Feeder 10. Total No. of Trays Minimum 2 11. Input paper Handling Min. 250-sheet standard 12. Output Paper

Handling Min. 150-sheet

13. Media Size Support A4, A5, Legal, Letter Network Capabilities 14. Interface/Connectivity USB 2.0 and 10/100

Ethernet

15. OS Compatibility Windows 7, 8, 8.1 and 10

16. Accessories Power cord; Ethernet Cable (patch cord), USB cable; Install Guide; Driver Software CD

17. Specify the proposed Make

18. Specify the proposed Model No

Page 163: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 163 of 273

15.11 Projector-1 (6000 lumens)

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks, if any

1. Technology High-aperture 3-chip, 3LCD technology

2. Projection Method Ceiling Mount

3. Color light output 6,000 lumens or more

4. White light output 6,000 lumens or more

5. Contrast Ratio 50,000:1 (Full White 6500 lm / Full Black 0 lm)

6. Size (projected distance)

50 inches to 300 inches

7. Color Reproduction Up to 1 billion colors

8. Keystone Correction Vertical: ±45 degrees; horizontal: ±30 degrees

9. Projection Lens Type Powered focus/zoom

10. Lens Focal Length 24.0 mm - 38.2 mm

11. Lens Zoom Ratio Optical zoom 1 – 1.6x

12. Connectivity HDBaseT x 1 DVI-D x1 HDMI x 1 Computer: D-sub 15 pin x 1 Component Video: BNC x 1 Audio-in: Mini stereo x 3 Audio Out x 1 Network: RJ-45 x 1, 100 Mbps Serial: RS-232c Hardwire remote jack x 1 Monitor Out: D-sub 15 pin x 1, Wireless Connectivity

13. Input Signals NTSC/NTSC4.43/PAL/M-PAL/N-AL/PAL60/ SECAM/480i/576i/480p/576p/720p/1080i/1080p

14. Resolution XGA

15. Lamp Life Approx. 3,000 Hours durability in Normal mode & 4,000 Hours durability in Eco mode

16. Aspect ratio supports 4:3, 16:9, 16:10

17. Security Features Security cable hole, lens lock, Kensington lock provision

18. Advance Features Simultaneously project side-by-side from different sources with Split Screen Web-based remote management — control and

Page 164: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 164 of 273

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks, if any

monitor projector status via a Web browser Multi-PC Projection — connect up to 50 Windows®, Mac®, iOS® or Android™ devices and display up to four screens simultaneously over the network (controlled via the Moderator4 function from your PC) advanced built-in Edge Blending, image warping and curved-surface correction technologies for a variety of applications

19. Mounting Ceiling mount with fixed structure, with all accessories including of 30 mt cables

20. Other Features Fully Functional remote with battery

Power, source search selection, computer, video, A/V Mute, freeze, user ID, auto, aspect, color mode, number, page up and down, E-zoom, volume, help, menu, enter, esc and pointer functions

21. Accessories carry bag, power cable, VGA/HDMI cable, remote control, User’s manual (English)

22. Lamp warranty Please specify

23. Projector Warranty 5 years comprehensive onsite back-to-back OEM warranty including service and parts

24. Specify the proposed Make

25. Specify the proposed Model No

Page 165: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 165 of 273

15.12 Projector-2 (3000 lumens)

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks, if any

1. Display Technology Poly-silicon TFT 3LCD

2. Resolution 1080p, 16:10

3. Colours 16.7 million Colours

4. Brightness 3000 or more ANSI lumens (in Normal Mode)

5. Contrast Ratio 2000:1 or more

6. Video Input HDMI, VGA, USB-A (Wi-Fi Adaptor), USB-B, Audio, S-video

7. Keystone Correction Horizontal and vertical

8. Zoom and Focus Manual Zoom and Focus

9. Audio Internal speaker

10. Remote Operations Full function Infrared Remote Control

11. Other features Auto source detect, Auto-synchronisation, Keystone Correction

12. Mounting Ceiling mount with fixed structure, with all accessories including of 15 mt cables

13. Lamp Life Minimum 4000 Hours in Normal mode & 5000 Hours in Eco mode

14. Specify the proposed Make

15. Specify the proposed Model No

15.13 Projector Screen 1 (200 Inch size)

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks, if

any

1. Type Portable Motorized

Projection Screen with

remote

2. Mounting Type Manual Wall Mount

Page 166: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 166 of 273

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks, if

any

3. Screen Size 200 inch diagonally

4. Supported Display Technology

1080p , 3D and 4K Technology

5. Aspect Ratio 16:9

6. Fabric Matt white, high gain fabrics, flame retardant, uniform flat screen surface with less imperfection

7. Specify the proposed Make

8. Specify the proposed Model No

15.14 Projector Screen 2 (100 Inch size)

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks, if

any

9. Type Portable Projection Screen

10. Mounting Type Manual Wall Mount

11. Screen Size 100 inch diagonally

12. Supported Display Technology

1080p , 3D and 4K Technology

13. Aspect Ratio 16:9

14. Fabric Matt white, high gain fabrics, flame retardant, uniform flat screen surface with less imperfection

15. Specify the proposed Make

16. Specify the proposed Model No

15.15 55” LED Display Screen

# Parameter Minimum

Specifications

Compliance

(Yes/No)

Remarks, if

any

1. Display Size 55” inch diagonal

2. Technology LED Backlit

3. Resolution pixel (1920 x 1080) Full HD

4. Aspect Ratio 16:9 5. Brightness 350 nits or more 6. Native Contrast Ratio 1000:1

Page 167: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 167 of 273

# Parameter Minimum

Specifications

Compliance

(Yes/No)

Remarks, if

any

7. Viewing Angle 178:178 8. Response time 8 ms or less 9. Screen Mirroring Yes 10. Inbuilt Speakers Yes 11. VGA Port Yes 12. HDMI Yes 13. USB Yes 14. DVI-D Yes 15. Display Port Yes 16. Power Supply 230V AC, 50 Hz 17. Mounting Want Mount 18. Certification BIS 19. Should able to sync with

centralized content management, Video wall , in premise presentation if necessary

20. Specify the proposed Make 21. Specify the proposed Model

No

15.16 Indoor Wifi Access Points (AP)

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks,

if any

1.

Architecture

The Access Point should

support IEEE

802.11a/b/g/n/ac/ac Wave 2

standards

2. Frequency of Radio 1 shall be

2.4 GHz b/g/n 20/40 MHz

(2x2:2 stream)

3. Frequency of Radio 2 shall be 5

GHz b/g/n/ac/ac Wave 2

20/40/80 MHz (2x2:2 stream)

4. Should have minimum 2

Internal Antennas

5. Should have minimum 1x GE

RJ45

6.

Should support Power over

Ethernet (PoE) IEEE 802.3af

PoE or 802.3at PoE+ &

External DC Adapter Input

Page 168: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 168 of 273

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks,

if any

7. Radio 1 should minimum

Throughput: 300Mbps

8. Radio 2 should minimum

Throughput: 800Mbps

9.

Mobility

Should support wireless

controller discovery

10. Should support minimum 16

SSIDs

11. Should support minimum 20

dBm Transmission Power on

both Radio

12. Should support Wireless Mesh

or equivalent technology

13.

Security

User/Device Authentication

with

WPA and WPA2 with 802.1x or

Pre-shared key, WEP.

14. Solution should have support

for Captive portal for guest

authentication

15.

Solution should support devices

authentication/Access List

based on MAC address

Filtering.

16. Should detect and suppress

Rogue APs from day one

17. Solution should have security

for application level filtering

based on IP/Users/Group

18. Should have support for

integration with existing

security infrastructure.

19. Solution should have support

two-factor authentication.

20.

Management

It should be able managed by

virtual/physical wireless

controller.

21. Should support web-based

secured management interface

22.

Support Wall mounting option

and necessary mounting kit

should be provided with

product.

Page 169: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 169 of 273

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks,

if any

23. Operating Temperature should

be 0°C to 50°C

24. It should be WiFi /WiFi

Alliance Certified

25.

Networking Passive

Components

All types Fiber/DAC/Cat-6/Cat-

7 Patch Cords of various lengths

required to Interconnect

Switch-Switch, Switch-Server,

Switch-LIU must be

provided/supplied from day

one.

26. Warranty

Minimum 5 Years OEM

Comprehensive Replacement

warranty with support &

subscription of all

modules/software/components

if any required to utilize the

product/solution with all

features enabled.

27. Specify the proposed

Make

28. Specify the proposed

Model No

15.17 8 ports Web Managed PoE+ Switch

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks, if

any

1. Ports The switch shall have minimum 8 x RJ-45 auto-negotiating 10/100/1000 Gigabit 802.3at compatible PoE+ ports to power up the Access Points quoted above so can be utilized in Unrestricted mode / Max Powered Device mode.

2. Minimum 2 x 10000 SFP+ ports and 2 x 10G BASE-T RJ-45 ports Combo Uplink ports in addition to above fixed 8 ports.

3. Auto-negotiation for speed, duplex mode and flow control & Manual for 10M Half/Full 100M Half/Full.

Page 170: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 170 of 273

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks, if

any

4. Auto-MDI/MDIX.

5. IEEE 802.3X flow control.

6. Integrated LEDs for improved visual monitoring and analysis.

7. Switch Management

Must have IEEE 802.1Q Static & Trunk VLAN (4090 VLAN IDs) & Port-based VLAN.

8. Spanning Tree Protocol (STP) to support standard IEEE 802.1D STP, IEEE 802.1w Rapid Spanning Tree Protocol (RSTP) for faster convergence, and IEEE 802.1s Multiple Spanning Tree Protocol (MSTP).

9. IEEE 802.3ad Link Aggregation Control Protocol (LACP).

10. IPv6 Host, Management, multicast and QoS.

11. SNMPv1, v2c, and v3.

12. Built-in switch Web-based GUI configuration utility for easy browser-based device configuration (HTTP/HTTPS) which Supports configuration, system dashboard, system maintenance, and monitoring.

13. IPv6 Host, Management, multicast and QoS

14. Layer 3 IPv4 and IPv6 static Routing.

15. Provision of Dual flash images to provide independent primary and secondary operating system files for backup while upgrading.

16. Intuitive web interface to upload/download the Switch software to the switch.

17. Intuitive web interface to upload/download Configurations to and from the switch.

18. Availability of Port statistics through industry-standard RMON

19. Jumbo frame support for packets.

20. Broadcast storm control to help eliminate network traffic storms.

Page 171: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 171 of 273

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks, if

any

21. Must have Network traffic filtering and network control using MAC and IP-Binding based Access Control.

22. Networking Passive Components

All types Fiber/DAC/Cat-6/Cat-7 Patch Cords of various lengths required to Interconnect Switch-Switch, Switch-Server, Switch-LIU must be provided/supplied from day one.

23. Warranty 5 Years OEM comprehensive Warranty with support.

24. Chassis 1U, rack-mounting kit must be included

25. Power Power supply AC 230 V ( 50/60 Hz )

26. Specify the proposed Make

27. Specify the proposed Model No

15.18 24 ports Web Managed PoE+ Switch

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks, if

any

1. Ports The switch shall have minimum 24 x RJ-45 auto-negotiating 10/100/1000 Gigabit 802.3at compatible PoE+ ports to power up the Access Points quoted above so can be utilized in Unrestricted mode / Max Powered Device mode.

2. Minimum 2 x 10000 SFP+ ports and 2 x 10G BASE-T RJ-45 ports Combo Uplink ports in addition to above fixed 24 ports.

3. Auto-negotiation for speed, duplex mode and flow control & Manual for 10M Half/Full 100M Half/Full.

4. Auto-MDI/MDIX.

5. IEEE 802.3X flow control.

6. Integrated LEDs for improved visual monitoring and analysis.

Page 172: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 172 of 273

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks, if

any

7. Switch Management

Must have IEEE 802.1Q Static & Trunk VLAN (4090 VLAN IDs) & Port-based VLAN.

8. Spanning Tree Protocol (STP) to support standard IEEE 802.1D STP, IEEE 802.1w Rapid Spanning Tree Protocol (RSTP) for faster convergence, and IEEE 802.1s Multiple Spanning Tree Protocol (MSTP).

9. IEEE 802.3ad Link Aggregation Control Protocol (LACP).

10. IPv6 Host, Management, multicast and QoS.

11. SNMPv1, v2c, and v3.

12. Built-in switch Web-based GUI configuration utility for easy browser-based device configuration (HTTP/HTTPS) which Supports configuration, system dashboard, system maintenance, and monitoring.

13. IPv6 Host, Management, multicast and QoS

14. Layer 3 IPv4 and IPv6 static Routing.

15. Provision of Dual flash images to provide independent primary and secondary operating system files for backup while upgrading.

16. Intuitive web interface to upload/download the Switch software to the switch.

17. Intuitive web interface to upload/download Configurations to and from the switch.

18. Availability of Port statistics through industry-standard RMON

19. Jumbo frame support for packets.

20. Broadcast storm control to help eliminate network traffic storms.

21. Must have Network traffic filtering and network control using MAC and IP-Binding based Access Control.

22. Networking Passive Components

All types Fiber/DAC/Cat-6/Cat-7 Patch Cords of various lengths required to Interconnect Switch-

Page 173: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 173 of 273

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks, if

any

Switch, Switch-Server, Switch-LIU must be provided/supplied from day one.

23. Warranty 5 Years OEM comprehensive Warranty with support.

24. Chassis 1U, rack-mounting kit must be included

25. Power Power supply AC 230 V ( 50/60 Hz )

26. Specify the proposed Make

27. Specify the proposed Model No

15.19 24 ports Web Managed Switch

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks, if

any

1. Ports The switch shall have minimum 24 x RJ-45 auto-negotiating 10/100/1000 Gigabit ports

2. Minimum 2 x 10G SFP+ ports and 2 x 10G BASE-T RJ-45 ports Combo Uplink ports in addition to above fixed 24 ports.

3. Auto-negotiation for speed, duplex mode and flow control & Manual for 10M Half/Full 100M Half/Full.

4. Auto-MDI/MDIX.

5. IEEE 802.3X flow control.

6. Integrated LEDs for improved visual monitoring and analysis.

7. Switch Management

Must have IEEE 802.1Q Static & Trunk VLAN (4090 VLAN IDs) & Port-based VLAN.

8. Spanning Tree Protocol (STP) to support standard IEEE 802.1D STP, IEEE 802.1w Rapid Spanning Tree Protocol (RSTP) for faster convergence, and IEEE 802.1s Multiple Spanning Tree Protocol (MSTP).

Page 174: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 174 of 273

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks, if

any

9. IEEE 802.3ad Link Aggregation Control Protocol (LACP).

10. IPv6 Host, Management, multicast and QoS.

11. SNMPv1, v2c, and v3.

12. Built-in switch Web-based GUI configuration utility for easy browser-based device configuration (HTTP/HTTPS) which Supports configuration, system dashboard, system maintenance, and monitoring.

13. IPv6 Host, Management, multicast and QoS

14. Layer 3 IPv4 and IPv6 static Routing.

15. Provision of Dual flash images to provide independent primary and secondary operating system files for backup while upgrading.

16. Intuitive web interface to upload/download the Switch software to the switch.

17. Intuitive web interface to upload/download Configurations to and from the switch.

18. Availability of Port statistics through industry-standard RMON

19. Jumbo frame support for packets.

20. Broadcast storm control to help eliminate network traffic storms.

21. Must have Network traffic filtering and network control using MAC and IP-Binding based Access Control.

22. Networking Passive Components

All types Fiber/DAC/Cat-6/Cat-7 Patch Cords of various lengths required to Interconnect Switch-Switch, Switch-Server, Switch-LIU must be provided/supplied from day one.

23. Warranty 5 Years OEM comprehensive Warranty with support.

24. Chassis 1U, rack-mounting kit must be included

25. Power Power supply AC 230 V ( 50/60 Hz )

Page 175: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 175 of 273

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks, if

any

26. Specify the proposed Make

27. Specify the proposed Model No

15.20 48 ports Web Managed Switch

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks, if

any

1. Ports The switch shall have minimum 48 x RJ-45 auto-negotiating 10/100/1000 Gigabit ports

2. Minimum 2 x 10G SFP+ ports and 2 x 10G BASE-T RJ-45 ports Combo Uplink ports in addition to above fixed 48 ports.

3. Auto-negotiation for speed, duplex mode and flow control & Manual for 10M Half/Full 100M Half/Full.

4. Auto-MDI/MDIX.

5. IEEE 802.3X flow control.

6. Integrated LEDs for improved visual monitoring and analysis.

7. Switch Management

Must have IEEE 802.1Q Static & Trunk VLAN (4090 VLAN IDs) & Port-based VLAN.

8. Spanning Tree Protocol (STP) to support standard IEEE 802.1D STP, IEEE 802.1w Rapid Spanning Tree Protocol (RSTP) for faster convergence, and IEEE 802.1s Multiple Spanning Tree Protocol (MSTP).

9. IEEE 802.3ad Link Aggregation Control Protocol (LACP).

10. IPv6 Host, Management, multicast and QoS.

11. SNMPv1, v2c, and v3.

12. Built-in switch Web-based GUI configuration utility for easy browser-based device configuration (HTTP/HTTPS) which Supports

Page 176: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 176 of 273

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks, if

any

configuration, system dashboard, system maintenance, and monitoring.

13. IPv6 Host, Management, multicast and QoS

14. Layer 3 IPv4 and IPv6 static Routing.

15. Provision of Dual flash images to provide independent primary and secondary operating system files for backup while upgrading.

16. Intuitive web interface to upload/download the Switch software to the switch.

17. Intuitive web interface to upload/download Configurations to and from the switch.

18. Availability of Port statistics through industry-standard RMON

19. Jumbo frame support for packets.

20. Broadcast storm control to help eliminate network traffic storms.

21. Must have Network traffic filtering and network control using MAC and IP-Binding based Access Control.

22. Networking Passive Components

All types Fiber/DAC/Cat-6/Cat-7 Patch Cords of various lengths required to Interconnect Switch-Switch, Switch-Server, Switch-LIU must be provided/supplied from day one.

23. Warranty 5 Years OEM comprehensive Warranty with support.

24. Chassis 1U, rack-mounting kit must be included

25. Power Power supply AC 230 V ( 50/60 Hz )

26. Specify the proposed Make

27. Specify the proposed Model No

Page 177: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 177 of 273

15.21 10G SFP+ LX Transceiver Module for 8 Port PoE+/24 Port PoE+/24 Port/48 Port

Web Managed Switches

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks, if any

1. Ports 10G BASE-LX port; Bi-

Directional Duplex: full

only

2. Warranty

5 Years comprehensive

warranty.

3. Specify the proposed Make

4. Specify the proposed Model No

Note: Bidder is required to quote for same make & model proposed for the switches

15.22 DC Core Switch

# Parameter Minimum Specifications Bidder

Compliance

(Yes/No)

1. Switching

Capacity

Minimum 3.0 Tbsp or Higher Switching Capacity

2. Ports 48 x 10G SFP+ ports with SR/LR/ZR transceivers

24 x 10G BASE-T Copper ports

16 x 40G QSFP+ Uplink ports

2 Slots must be empty after configuring above

3. Architecture Modular architecture, minimum four slots for interface

module

The switch should provide nonblocking, lossless CLOS

architecture with VOQs and large buffers with the

flexibility and scalability for future growth.

The switch should support modular operating system

which brings native high stability, independent process

monitoring, and restart through the modular design

and multiple processes and support enhanced

serviceability functions

The switch should support In-Service Software

Upgrade (ISSU) to provide an upgrade of the entire

Page 178: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 178 of 273

chassis, or an individual task or process, with zero

packet loss

The switch should support virtualization of a physical

switch into multiple logical devices, with each logical

switch having its own processes, configuration, and

administration.

4. Backplane Properly sized Switching fabric capacity (as per network

configuration to meet performance requirements of wire

speed switching for the connected devices)

5. Layer-2

Features Switch should Support IEEE 802.1Q VLAN

encapsulation & must have feature to configure

minimum 4090 VLAN IDs.

The switch must support dynamic VLAN Registration

or equivalent and Dynamic Trunking protocol or

equivalent

Switch should Support Ether Channelling - IEEE

802.3ad or port aggregation technologies (support of

LACP)

Switch should Support IEEE 802.3x flow control for full-

duplex mode ports.

Switch should Support IEEE 802.1s/w Rapid Spanning

Tree Protocol (RSTP) and Multiple Spanning Tree

Protocol (MSTP)

Support for Automatic Negotiation of Trunking Protocol,

to help minimize the configuration & errors.

IGMP snooping v1, v2 and v3

Should support 64k or more ARP/MAC Address table

Should support Loop protection and Loop detection.

6. Layer-3

Features Must have Static, OSPFv3, BGP4, RIPv1, RIPv2 and

Policy based routing protocols with IPV4 & IPv6

supported.

Should support Dual IP stack which Maintains separate

stacks for IPv4 and IPv6

Should support Virtual Router Redundancy Protocol

(VRRP).

Page 179: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 179 of 273

Should support Equal-Cost Multipath (ECMP) which

provides equal-cost links in a routing environment to

increase link redundancy.

Support 802.1D, 802.1S, 802.1w, Rate limiting.

Inter-VLAN IP routing for full Layer 3 routing between 2

or more VLANs.

Inbuilt Feature of Dynamic Host Configuration Protocol

(DHCP) Sever which simplifies the management of large

IP networks and supports client and server system.

L2/L3 VXLAN and EVPN support for virtualized

environments

7. Network

Security &

QoS

Standard 802.1p CoS and DSCP.

Must have Network traffic filtering and network control

using MAC and IP Binding based ACLs

Support for Asynchronous data flows upstream and

downstream from the end station or on the uplink using

ingress policing and egress shaping.

Should support TACACS+ and RADIUS authentication

Support for Automatic Quality of Service for easy

configuration of QoS features for critical applications.

Broadcast storm control to help eliminate network traffic

storms

IEEE 802.1x to allow dynamic, port-based security,

providing user authentication.

VLAN ACLs (VACLs) on all VLANs to prevent

unauthorized data flows from being bridged within

VLANs. Port-based ACLs (PACLs) for Layer 2 interfaces

to allow application of security policies on individual

switch ports

Standard and Extended IP security router ACLs to define

security policies on routed interfaces for control- and

data-plane traffic.

Unicast MAC filtering to prevent the forwarding of any

type of packet with a matching MAC address.

Page 180: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 180 of 273

Unknown unicast and multicast port blocking to allow

tight control by filtering packets that the switch has not

already learned how to forward.

Support for SSHv2 and SNMPv3 to provide network

security by encrypting administrator traffic during

Telnet and SNMP sessions.

Private VLAN to provide security and isolation between

switch ports, helping ensure that users cannot snoop on

other users' traffic.

MAC address management to allow administrators for

analysis of users added to or removed from the network.

Multilevel security on console access to prevent

unauthorized users from altering the switch

configuration.

IPv6 Host, Management, multicast and QoS.

8. Management Easy-to-use, Web-based management interface through

either GUI based software utility or using standard web

browser interface which Supports configuration, system

dashboard, system maintenance, and monitoring.

Should have accessibility using Telnet, SSH, Console

access.

Intuitive web interface to upload/download

Configurations to and from the switch.

Should have feature for easier software/firmware

upgrade through network using TFTP/HTTP etc.

Provision of Dual flash images to provide independent

primary and secondary operating system files for backup

while upgrading.

Availability of Port statistics through industry-standard

RMON

SNMPv1, SNMPv2 and SNMPv3.

9. Networking

Passive

Components

All types Fiber/DAC/Cat-6/Cat-7 Patch Cords of various

lengths required to Interconnect Switch-Switch, Switch-

Server, Switch-LIU must be provided/supplied from day

one.

Page 181: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 181 of 273

15.23 10G BASE-T RJ-45 Copper Transceiver Module for DC Core Switch

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks, if any

1. Ports 10G BASE-T RJ-45

Transceiver Module for 10G

SFP+ Slots

2. Warranty

5 Years comprehensive

warranty.

3. Specify the proposed Make

4. Specify the proposed Model No

Note: Bidder is required to quote for same make & model proposed for the DC Core switches

15.24 10 G SFP+ LX transceiver module for DC Core Switch

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks, if any

1. Ports 10G BASE-LX port; Bi-

Directional Duplex: full

only

2. Warranty

5 Years comprehensive

warranty.

3. Specify the proposed Make

4. Specify the proposed Model No

Note: Bidder is required to quote for same make & model proposed for the DC Core switches

10. Warranty: 5 Years Direct OEM Comprehensive Warranty with

parts, Support.

11. Chassis: Device must have 1+1 redundant AC power input supply

and must be included with switch from day 1 with

necessary mounting kit.

12. Specify Make of proposed network switch

13. Specify Model of proposed network switch

Page 182: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 182 of 273

15.25 40G QSFP+LX transceiver Module for DC Core Switch

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks, if any

1. Ports 40G BASE-LX port; Bi-

Directional Duplex: full

only

2. Warranty

5 Years comprehensive

warranty.

3. Specify the proposed Make

4. Specify the proposed Model No

Note: Bidder is required to quote for same make & model proposed for the DC Core switches

15.26 DC Aggregation Switch

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks, if

any

1. Switching

Capacity Switching Capacity of minimum 640

Gbps or Higher

2. Ports Should have minimum 24 X 10G SFP+

ports.

Should have minimum 2 X 40G BASE-

QSFP+ SX/LX/LR ports

3. Switch type Fully Managed & Advanced Layer 3

Core/Data Centre Switch & Non

Chassis Based

4. Backplane Properly sized Switching fabric

capacity (as per network configuration

to meet performance requirements of

wire speed switching for the

connected devices)

5. Layer-2

Features

Switch should Support IEEE 802.1Q

VLAN encapsulation & must have

feature to configure minimum 4090

VLAN IDs.

The switch must support dynamic

VLAN Registration or equivalent and

Page 183: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 183 of 273

Dynamic Trunking protocol or

equivalent

Switch should Support Ether

Channelling - IEEE 802.3ad or port

aggregation technologies (support of

LACP)

Switch should Support IEEE 802.3x

flow control for full-duplex mode

ports.

Switch should Support IEEE 802.1s/w

Rapid Spanning Tree Protocol (RSTP)

and Multiple Spanning Tree Protocol

(MSTP)

Support for Automatic Negotiation of

Trunking Protocol, to help minimize

the configuration & errors.

IGMP snooping v1, v2 and v3

Should support 32k or more

ARP/MAC Address table

Should support Loop protection and

Loop detection.

6. Layer-3

Features

Must have Static, OSPFv3, BGP4,

RIPv1, RIPv2 and Policy based routing

protocols with IPV4 & IPv6 supported.

Should support Dual IP stack which

Maintains separate stacks for IPv4

and IPv6

Should support Virtual Router

Redundancy Protocol (VRRP).

Should support Equal-Cost Multipath

(ECMP) which provides equal-cost

links in a routing environment to

increase link redundancy.

Support 802.1D, 802.1S, 802.1w, Rate

limiting.

Inter-VLAN IP routing for full Layer 3

routing between 2 or more VLANs.

Page 184: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 184 of 273

Inbuilt Feature of Dynamic Host

Configuration Protocol (DHCP) Sever

which simplifies the management of

large IP networks and supports client

and server system.

L2/L3 VXLAN and EVPN support for

virtualized environments

7. Network

Security &

QoS

Standard 802.1p CoS and DSCP.

Must have Network traffic filtering

and network control using MAC and

IP Binding based ACLs

Support for Asynchronous data flows

upstream and downstream from the

end station or on the uplink using

ingress policing and egress shaping.

Should support TACACS+ and

RADIUS authentication

Support for Automatic Quality of

Service for easy configuration of QoS

features for critical applications.

Broadcast storm control to help

eliminate network traffic storms

IEEE 802.1x to allow dynamic, port-

based security, providing user

authentication.

VLAN ACLs (VACLs) on all VLANs to

prevent unauthorized data flows from

being bridged within VLANs. Port-

based ACLs (PACLs) for Layer 2

interfaces to allow application of

security policies on individual switch

ports

Standard and Extended IP security

router ACLs to define security policies

on routed interfaces for control- and

data-plane traffic.

Page 185: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 185 of 273

Unicast MAC filtering to prevent the

forwarding of any type of packet with

a matching MAC address.

Unknown unicast and multicast port

blocking to allow tight control by

filtering packets that the switch has

not already learned how to forward.

Support for SSHv2 and SNMPv3 to

provide network security by

encrypting administrator traffic

during Telnet and SNMP sessions.

Private VLAN to provide security and

isolation between switch ports,

helping ensure that users cannot

snoop on other users' traffic.

MAC address management to allow

administrators for analysis of users

added to or removed from the

network.

Multilevel security on console access

to prevent unauthorized users from

altering the switch configuration.

IPv6 Host, Management, multicast

and QoS.

8. Management Easy-to-use, Web-based management

interface through either GUI based

software utility or using standard web

browser interface which Supports

configuration, system dashboard,

system maintenance, and monitoring.

Should have accessibility using Telnet,

SSH, Console access.

Intuitive web interface to

upload/download Configurations to

and from the switch.

Should have feature for easier

software/firmware upgrade through

network using TFTP/HTTP etc.

Page 186: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 186 of 273

15.27 10G BASE-T RJ-45 Copper Transceiver Module for DC Aggregation Switch

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks, if any

1. Ports 10G BASE-T RJ-45

Transceiver Module for 10G

SFP+ Slots

2. Warranty

5 Years comprehensive

warranty.

3. Specify the proposed Make

4. Specify the proposed Model No

Note: Bidder is required to quote for same make & model proposed for the DC Aggregation switches

Provision of Dual flash images to

provide independent primary and

secondary operating system files for

backup while upgrading.

Availability of Port statistics through

industry-standard RMON

SNMPv1, SNMPv2 and SNMPv3.

9. Networking

Passive

Components

All types Fiber/DAC/Cat-6/Cat-7

Patch Cords of various lengths

required to Interconnect Switch-

Switch, Switch-Server, Switch-LIU

must be provided/supplied from day

one.

10. Warranty: 5 Years back to back OEM Warranty

with parts

11. Chassis: Device must have 1+1 redundant AC

power input supply and must be

included with switch from day 1 with

necessary mounting kit.

12. Specify Make of proposed network switch

13. Specify Model of proposed network switch

Page 187: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 187 of 273

15.28 10G SFP+ LX Transceiver Module for DC Aggregation Switch

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks, if any

1. Ports 10G BASE-LX port; Bi-

Directional Duplex: full

only

2. Warranty

5 Years comprehensive

warranty.

3. Specify the proposed Make

4. Specify the proposed Model No

Note: Bidder is required to quote for same make & model proposed for the DC Aggregation switches

15.29 40G QSFP+ LX Transceiver Module for DC Aggregation Switch

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks, if any

1. Ports 40G BASE-LX port; Bi-

Directional Duplex: full

only

2. Warranty

5 Years comprehensive

warranty.

3. Specify the proposed Make

4. Specify the proposed Model No

Note: Bidder is required to quote for same make & model proposed for the DC Aggregation switches

15.30 DC Application & Delivery Controller with Global Server Load Balancing.

# Minimum Specifications Compliance (Yes / No )

Remarks, if any

1 OEM should have support Centre in India. Port

2 Should have minimum 4 X 1G Base-T ports

3 Should have minimum 2 X 1G Base-X SFP ports (SFP Transceivers/Modules must be provided/supplied with product) from day one.

Appliance Throughput 4 Minimum 1 Gbps or higher L4/L7 throughput 5 Minimum 1,00,000 Layer 4 Connections per second 6 Maximum Layer 4 Concurrent Connection 5M (Million) 7 Minimum 1000 RSA TPS, 2k Keys as SSL Performance 8 Minimum 4 Gb Memory

Page 188: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 188 of 273

# Minimum Specifications Compliance (Yes / No )

Remarks, if any

Global Server Load Balancing (GSLB)

9 Should have Global data center DNS-based failover of web applications

10 Should be able to Deliver local and global load balancing between multi-site SSL VPN

11 DNS Access Control Lists Layer 4 Application Load Balancing

12 Should have Round robin, weighted round robin, least connections, shortest response

13 Should have feature of L4 dynamic load balancing based on server parameters (CPU, Memory and disk)

Layer 7 Application Load Balancing

14 Should be HTTP, HTTPS, HTTP 2.0 , FTP, SIP, RDP, RADIUS supported

15 Should have feature of L7 content switching for HTTP Host, HTTP Request URL, HTTP Referrer, Source IP Address

16 Should have feature of URL Redirect, HTTP request/response rewrite/modification

17 Should have feature of Layer 7 DNS load balancing, security, and caching

Link Load Balancing 18 Should have Inbound and outbound Link Load Balancing 19 Support for Policy Route and Static NAT.

Networking 20 IPv6 Support, IPv6 routing 21 License for Device

The proposed solution must be licensed per unit for 5

years & there should not be any license limit on number

of sessions, rules, no of nodes/desktops, no. of IPs,

domains, etc. It must include minimum 5 years

subscription for above stated specifications.

Hardware must be latest released product from OEM and

it must not be under the list end of sale, end of support

from OEM till 5 years from date of commissioning.

All types Fiber/DAC/Cat-6/Cat-7 Patch Cords of various

lengths required to Interconnect Switch-Switch, Switch-

Server, Switch-LIU must be provided/supplied from day

one.

22 5 Years OEM comprehensive Warranty with support 23 Specify the proposed Make 24 Specify the proposed Model No

Page 189: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 189 of 273

15.31 Wireless LAN Controller for Indoor Wifi Access Point

# Parameter Minimum Specifications Compliance (Yes/No)

Remarks, if any

1. Hardware Redundancy Features: Controller Must support Active- Active and Active-Passive.

2. Should Support minimum 50 x 802.11 ac Wave2 base Wifi Access Points

3. Should have minimum 1 x 10 G RJ45 Port

4. Should have minimum 1 x Management Port

5. General Feature Requirements

Ability to map SSID to VLAN.

6. Should support automatic channel selection – interference avoidance (Co-channel management, Adjacent Channel Management, Channel reuse management).

7. Should have System Internal Captive Portal for guest management

8. System Architecture Centralized MAC addresses filtering

9. Should support onboard/ external DHCP server

10. Controller should support Onboard / External AAA server

11. The proposed architecture should be based on controller based Architecture within AP deployment. While Encryption / decryption of 802.11 packets should be performed at the AP.

12. Support roaming between access points deployed on same subnet and different subnets

13. QoS features Per user bandwidth Rate Limiting

Page 190: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 190 of 273

# Parameter Minimum Specifications Compliance (Yes/No)

Remarks, if any

14. Self-healing (on detection of RF interference or loss of RF coverage)

15. Should support per user, per device, and per application/TCP-port prioritization

16. Dynamic load balancing to automatically distribute clients to the least loaded 802.11 channel and AP; load balancing must not require any client specific configurations or software

17. Adaptive RF management that provides the capability to pause channel scanning / adjust RF scanning intervals based on application and load presence.

18. Capability to provide preferred access for ―fast clients over ― slow clients (11n vs. 11g) in order to improve overall network performance.

19. RF Management Should be able to load balance clients across channels and access points

20. Should be able to load balance clients based on client count

21. Should be able to load balance clients based on effective throughput on AP

22. Should be able to use client and throughput as a measure to load balance between bands

23. Inline Security Features

Should allow authenticated client devices to roam securely from one access point to another, within or across subnets, without any perceptible delay Security during re association.

Page 191: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 191 of 273

# Parameter Minimum Specifications Compliance (Yes/No)

Remarks, if any

24. Controller should support AES-128 and AES-256 encryption

25. Networking Passive Components

All types Fiber/DAC/Cat-6/Cat-7 Patch Cords of various lengths required to Interconnect Switch-Switch, Switch-Server, Switch-LIU must be provided/supplied from day one..

26. Warranty: 5 Years OEM comprehensive Warranty with support

27. Specify the proposed Make

28. Specify the proposed Model No

15.32 Servers for SMC Application Requirements

# Parameter Minimum Specifications Compliance

(Yes, No)

Remarks, if

any

1. Make OEM must be listed in Leader’s

Quadrant of the latest Gartner

Magic Quadrant for Modular

Servers or amongst the top 5 for

World-wide Market share in terms

of Revenue as per IDC for Server

Market

2. Form factor Rack

3. Processor

2 No. of Intel® Xeon® Gold 6130 2.1G,16C/32T, 10.4GT/s, 22M Cache,Turbo,HT (125W) DDR4-2666

4. RAM DIMM Slots must be

supporting 2400

MHz/2666MHz memory

frequency

Memory DIMM Slots must be

supporting 8GB / 16GB / 32GB

/64GB/128GB memory

modules.

Page 192: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 192 of 273

# Parameter Minimum Specifications Compliance

(Yes, No)

Remarks, if

any

Minimum 256 GB Memory per

physical server

5. Chipset Compatible latest series of chipset

(specify chipset)

6. Internal Storage Minimum 2 x 600 GB SAS (10k

rpm) hot swap

Specify the No. of HDD Slots Supported

7. Storage

Controllers

SAS RAID Controller supporting

RAID 0,1 and 5 with minimum

512MB Cache memory with

battery backup

8. Network

interface

2 X 10GbE LAN ports for providing

Ethernet connectivity

9. Storage

Connectivity

Interface

2 X Single-port 16Gbps FC HBA

for providing FC connectivity

10. Power Supply Minimum 750W Hot Swappable

High Efficiency Redundant Power

Supplies (1+1) capable to provide

necessary power for fully loaded

server with C14 to C13 PDU Power

Cables

11. Mounting Kit Sliding Rack mounting kit for 2U

rack server

12. Virtualization Shall support Industry standard

virtualization hypervisor like

Hyper-V, VMWARE, Oracle VM

etc. OEM of the blade chassis /

rack and servers offered.

13. Warranty 24 x 7 Five (5) years on-site back to

back comprehensive warranty

14. Quantity 9 No.

15. Specify Make of proposed Server

16. Specify Model of proposed Server

15.33 Servers for ICCC Requirements

(As Building block, to establishing computing solution for sub-systems/solutions)

Page 193: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 193 of 273

# Parameter Minimum Specifications Compliance

(Yes, No)

Remarks, if

any

1. Make OEM must be listed in Leader’s

Quadrant of the latest Gartner

Magic Quadrant for Modular

Servers or amongst the top 5 for

World-wide Market share in terms

of Revenue as per IDC for Server

Market

2. Form factor Blade / Rack

3. Processor Latest series/Generation of 64 bit

Gold or Platinum x86 processor(s)

with 8 or higher Cores

Processor speed should be

minimum 2.4 GHz Minimum 2

processors each physical server

Specify Processor Model

Specify Processor Speed

Specify No. of Cores

Specify Cache

Specify No. of Processors

Proposed

4. RAM DIMM Slots must be

supporting 2400

MHz/2666MHz memory

frequency

Memory DIMM Slots must be

supporting 8GB / 16GB / 32GB

/64GB/128GB memory

modules.

Minimum 64 GB Memory per

physical server

Specify Maximum RAM supported

Specify Total RAM proposed

5. Chipset Compatible latest series of chipset

(specify chipset)

6. Internal Storage Minimum 2 x 600 GB SAS (10k

rpm) hot swap

Specify the No. of HDD Slots Supported

Specify the HDD Capacity Offered

Page 194: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 194 of 273

# Parameter Minimum Specifications Compliance

(Yes, No)

Remarks, if

any

Specify the HDD Composition proposed with capacity of each type of HDD

7. Storage

Controllers

SAS RAID Controller supporting

RAID 0,1 and 5 with minimum

512MB Cache memory with

battery backup

8. Network

interface

2 X 10GbE LAN ports for providing

Ethernet connectivity

9. Storage

Connectivity

Interface

2 X Single-port 16Gbps FC HBA

for providing FC connectivity

10. Power Supply

(for Rack Server)

Minimum 750W Hot Swappable

High Efficiency Redundant Power

Supplies (1+1) capable to provide

necessary power for fully loaded

server with C14 to C13 PDU Power

Cables

11. Virtualization Shall support Industry standard

virtualization hypervisor like

Hyper-V, VMWARE, Oracle VM

etc. OEM of the blade chassis /

rack and servers offered.

12. Warranty 24 x 7 Five (5) years on-site back to

back comprehensive warranty

13. Quantity Specify the quantity of the

proposed server as per the solution

architecture

14. Specify Make of proposed Server

15. Specify Model of proposed Server

15.34 Storage

# Parameter Minimum Specifications Compliance

(Yes, No)

Remarks, if

any

1. Make OEM must be listed in Leader’s

Quadrant of the latest Gartner

Magic Quadrant for General-

Purpose Disk Arrays or amongst

the top 5 for World-wide Market

share in terms of Revenue as per

Page 195: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 195 of 273

# Parameter Minimum Specifications Compliance

(Yes, No)

Remarks, if

any

IDC for Enterprise Storage

Market

2. Controllers At least 2 hot pluggable

Controllers in active/active

mode (for all required

protocols) with automatic

failover to each other in case of

one controller failure.

The controllers / Storage

nodes should be upgradable

seamlessly, without any

disruptions / downtime to

production workflow for

performance, capacity

enhancement and software /

firmware upgrades.

Minimum four Xeon 8 Core

CPU across storage controllers

Controller must support

Multipath I/O Architecture.

3. Storage Operating

System

Storage offered must be with

the latest operating system

4. Cache Minimum 512 GB of useable

cache across controllers.

Cache must be controller cache

and not SSD based cache.

Cache shall be used only for

data and control operations

and should not handle any

overhead of operating system.

5. Host Interface

Port

Minimum 4 nos. of 16 Gbps Fibre Channel Ports per Controller shall be available. Ports must be active and populated with SFP+ from day one.

6. Back and front

port

The storage should support 8/16

Gbps on FC to connect SAN

Switch, 10Gbps on iSCSI

(SFP+/Base-T) to Connect on

LAN switch within same

controller pair.

Page 196: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 196 of 273

# Parameter Minimum Specifications Compliance

(Yes, No)

Remarks, if

any

7. Scalability System should support a

minimum of 500 drives or more

within the same set of controllers.

8. Disk Drive

Support

System should have support for

SSD/Flash drives

SAS drives

Near-line SAS drives

9. RAID support Should support various RAID

Levels (RAID 0 / 1 / 5 / 6 / 10 or

any combination of RAID level on

single Storage system)

10. Solution/ Type Bidder is required to offer corresponding ports both in server as well as storage controller based on the solution proposed (FC/iSCSI).

11. Storage Bidder has to provide minimum

500 TB usable capacity across the

storage with single or multiple

expansion units. Out of 500 TB

minimum 20% disk capacity shall

be using Enterprise Grade SSD

Disks, 40% disk capacity shall be

on SAS Drives and 40% disk

capacity shall be on NL-SAS

Drives. Storage system should be

configured and offered with

required hot-spares for the

different type and no. of disks

configured, as per the system

architecture best practices.

(100 TB SSD, 200 TB SAS, 200 TB

NL SAS)

12. Global Hot Spare System should have the

capability to designate global

hot spares that can be

automatically be used to

replace a failed drive anywhere

in the system.

Storage system should be

configured and offered with

required Global Hot-spares for

Page 197: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 197 of 273

# Parameter Minimum Specifications Compliance

(Yes, No)

Remarks, if

any

the different type and no. of

disks configured, as per the

system architecture best

practices.

13. Minimum LUNs Capacity to create minimum

2048 numbers of LUNs

14. Thin Provisioning Offered Storage System should

have Thin Provisioning and

Thin Reclamation.

15. Hardware

Platform

Rack mounted form-factor

Modular design to support

controllers and disk drives

expansion

16. On-line

Expansion/RAID

Group creation/

Expansion

System should have online

expansion and shrinking of

RAID Group or addition and

deletion of new RAID Group.

Must be able to add and delete

additional disks on the fly to

expand or reduce the RAID

group capacity or create new

RAID Group.

17. Redundancy and

High Availability

The Storage System should be

able to protect the data against

single point of failure with

respect to hard disks, Cache

memory, Controller card,

connectivity interfaces, fans

and power supplies

18. Management

software

All the necessary software

(GUI Based) to configure and

manage the storage space,

RAID configuration, logical

drives allocation, snapshots

etc. are to be provided for the

entire system proposed from

day-1.

Licenses for the storage

management software should

include disc capacity/count of

the complete solution and any

Page 198: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 198 of 273

# Parameter Minimum Specifications Compliance

(Yes, No)

Remarks, if

any

additional disks to be plugged

in in the future, upto max

capacity of the existing

controller/units.

A single command console for

entire storage system.

Should also include storage

performance monitoring and

management software. This

should provide detail of

performance like IOPs

utilization, response time and

also provide capacity detail

like amount of capacity

allocated, capacity used and

capacity free.

Should provide the

functionality of proactive

monitoring of Disk drive and

Storage system for all possible

disk failures

Should be able to take

"snapshots" of the stored data

to another logical drive for

backup purposes

There should be a dedicated

Ethernet port for management

and it should not use the iSCSI

host ports for management.

19. Data Protection The storage array must have

complete cache protection

mechanism either by de-staging

data to disk or providing

complete cache data protection

with battery backup for up to 4

hours

20. Perpetual

software License

The software license supplied

should be perpetual so that there

will be no additional software

cost while replacing the storage

within the same class.

Page 199: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 199 of 273

# Parameter Minimum Specifications Compliance

(Yes, No)

Remarks, if

any

21. Server Operating

System Support

Must be completely supported by

the server operating system

offered by the bidder for all the

features and technology

22. Virtualization

Support

Storage System must be

completely supported by the

virtualization technology offered

by the bidder for all the features

and technology

23. Accessories All the necessary tools & tackles

licenses, cables/ connectors for

Ethernet/ Fibre/USB/ Power etc.

required for making the system

operational shall be provided by

the bidder.

24. SAN Switch Standard 24 Port 16Gbps SAN

Switches x 2 Nos.

Each SAN switch with

minimum 16 Activated ports

from day one or if more active

ports require as per proposed

application architecture,

bidder has to provide the

same.

Necessary SFP modules, patch

cables and other required

accessories has to be provided.

25. Warranty 24 x 7 five (5) years on-site back

to back comprehensive warranty

26. Specify Make of proposed Storage

27. Specify Model of proposed Storage

Page 200: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 200 of 273

15.35 42U Rack

# Parameter Minimum Specifications Compliance (Yes/No)

Remarks, if any

1. Components 1 x 16 Port IP KVM with VM

1 x 17-inch Rack LED/LCD Monitor/Console

2 X USB Ports with Virtual Media Server Modules

1 x KVM/LCD 1U bracket kit

Necessary Software CD, Installation guide e.t.c.

2. Form 1U Rack Mountable hardware proposed should be able to access multiple servers mounted in rack or by accessing them remotely.

3. Authentication It should have feature to Control user privileges & access rights to Secure assets from unauthorized access.

4. OS/Platform Support

It should be compatible with Windows, Sun, Unix and Linux OS.

5. It should have Pluggable Operation support by which servers can be added or removed without having to power off the switch.

6. Accessories All Types of accessories/cables/converters/modules required to utilize the solution at full potential should be supplied with it.

7. Warranty 3 Years repair or replacement warranty with parts

# Parameter Minimum Specifications Compliance (Yes/No)

Remarks, if any

1. Dimension Rack Width: 750mm to 800mm

Rack Depth/Length: 1000 mm to 1200 mm

2. Rack Height : 42U

3. Color: Black

4. Rack Equipment Mounting should be as per EIA-310 standard: 19" along with 'U' marking.

Page 201: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 201 of 273

# Parameter Minimum Specifications Compliance (Yes/No)

Remarks, if any

1. Components 1 x 16 Port IP KVM with VM

1 x 17-inch Rack LED/LCD Monitor/Console

2 X USB Ports with Virtual Media Server Modules

1 x KVM/LCD 1U bracket kit

Necessary Software CD, Installation guide e.t.c.

2. Form 1U Rack Mountable hardware proposed should be able to access multiple servers mounted in rack or by accessing them remotely.

3. Authentication It should have feature to Control user privileges & access rights to Secure assets from unauthorized access.

4. OS/Platform Support

It should be compatible with Windows, Sun, Unix and Linux OS.

5. It should have Pluggable Operation support by which servers can be added or removed without having to power off the switch.

6. Accessories All Types of accessories/cables/converters/modules required to utilize the solution at full potential should be supplied with it.

7. Warranty 3 Years repair or replacement warranty with parts

5. Rack should have minimum weight carrying Capacity of 500Kgs.

6. Doors Front and Back doors should be perforated with at least 60% or higher perforations

7. Rack should have single front door and it should be able moved to the opposite side or interchanged with rear doors. Doors should be able to removed easily with simple lift-off design.

8. Rack should have Split rear doors to improve access and

Page 202: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 202 of 273

# Parameter Minimum Specifications Compliance (Yes/No)

Remarks, if any

1. Components 1 x 16 Port IP KVM with VM

1 x 17-inch Rack LED/LCD Monitor/Console

2 X USB Ports with Virtual Media Server Modules

1 x KVM/LCD 1U bracket kit

Necessary Software CD, Installation guide e.t.c.

2. Form 1U Rack Mountable hardware proposed should be able to access multiple servers mounted in rack or by accessing them remotely.

3. Authentication It should have feature to Control user privileges & access rights to Secure assets from unauthorized access.

4. OS/Platform Support

It should be compatible with Windows, Sun, Unix and Linux OS.

5. It should have Pluggable Operation support by which servers can be added or removed without having to power off the switch.

6. Accessories All Types of accessories/cables/converters/modules required to utilize the solution at full potential should be supplied with it.

7. Warranty 3 Years repair or replacement warranty with parts

serviceability to rear of rack mounted equipment.

9. Side Panels Side Panels should be of Half-height on each side for easy access.

10. Side panels should be lockable utilizing a single key with the doors.

11. Cable access It should have cable access slots in the roof for overhead cable egress.

12. It should have unobstructed cable access from bottom of the Rack through a raised floor.

Page 203: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 203 of 273

# Parameter Minimum Specifications Compliance (Yes/No)

Remarks, if any

1. Components 1 x 16 Port IP KVM with VM

1 x 17-inch Rack LED/LCD Monitor/Console

2 X USB Ports with Virtual Media Server Modules

1 x KVM/LCD 1U bracket kit

Necessary Software CD, Installation guide e.t.c.

2. Form 1U Rack Mountable hardware proposed should be able to access multiple servers mounted in rack or by accessing them remotely.

3. Authentication It should have feature to Control user privileges & access rights to Secure assets from unauthorized access.

4. OS/Platform Support

It should be compatible with Windows, Sun, Unix and Linux OS.

5. It should have Pluggable Operation support by which servers can be added or removed without having to power off the switch.

6. Accessories All Types of accessories/cables/converters/modules required to utilize the solution at full potential should be supplied with it.

7. Warranty 3 Years repair or replacement warranty with parts

13. Wire managers Two vertical wire/cable managers/panels should be provided in front and back of the rack for cable management.

14. Power Distribution Units

Rack must be supplied with 2 x PDUs/Rack - Vertically Mounted, 32AMPs with 25 Power Outputs. (20 Power outs of IEC 320 C13 Sockets & 5 Power outs of 5/15 Amp Sockets), Electronically controlled circuits for Surge & Spike protection 32AMPS MCB, 5 KV AC isolated input

Page 204: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 204 of 273

# Parameter Minimum Specifications Compliance (Yes/No)

Remarks, if any

1. Components 1 x 16 Port IP KVM with VM

1 x 17-inch Rack LED/LCD Monitor/Console

2 X USB Ports with Virtual Media Server Modules

1 x KVM/LCD 1U bracket kit

Necessary Software CD, Installation guide e.t.c.

2. Form 1U Rack Mountable hardware proposed should be able to access multiple servers mounted in rack or by accessing them remotely.

3. Authentication It should have feature to Control user privileges & access rights to Secure assets from unauthorized access.

4. OS/Platform Support

It should be compatible with Windows, Sun, Unix and Linux OS.

5. It should have Pluggable Operation support by which servers can be added or removed without having to power off the switch.

6. Accessories All Types of accessories/cables/converters/modules required to utilize the solution at full potential should be supplied with it.

7. Warranty 3 Years repair or replacement warranty with parts

to Ground & Output to Ground.

15. PDUs provided should have LAN/RJ-45 Port and it should be able to manage by assigning IP address to fetch the Information like current/voltage/power being drawn from the each port or total from PDU.

16. All types of Power Cables (like C13 to C14, e.t.c.) required to power up the various Network/Server devices should be supplied/provided with it from day one.

Page 205: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 205 of 273

# Parameter Minimum Specifications Compliance (Yes/No)

Remarks, if any

1. Components 1 x 16 Port IP KVM with VM

1 x 17-inch Rack LED/LCD Monitor/Console

2 X USB Ports with Virtual Media Server Modules

1 x KVM/LCD 1U bracket kit

Necessary Software CD, Installation guide e.t.c.

2. Form 1U Rack Mountable hardware proposed should be able to access multiple servers mounted in rack or by accessing them remotely.

3. Authentication It should have feature to Control user privileges & access rights to Secure assets from unauthorized access.

4. OS/Platform Support

It should be compatible with Windows, Sun, Unix and Linux OS.

5. It should have Pluggable Operation support by which servers can be added or removed without having to power off the switch.

6. Accessories All Types of accessories/cables/converters/modules required to utilize the solution at full potential should be supplied with it.

7. Warranty 3 Years repair or replacement warranty with parts

17. Hardware/Accessories provided

Rack must be supplied with minimum 2 (two) nos of standard hardware pack/bag (which includes mounting nut-bolts, cable ties e.t.c) for mounting IT equipment and tools for enclosure adjustment.

18. Pre-installed full-enclosure height Integrated and adjustable rear accessory channel to accommodate PDUs and vertical cable organizers.

19. Rear accessory channel should be able to move to other

Page 206: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 206 of 273

# Parameter Minimum Specifications Compliance (Yes/No)

Remarks, if any

1. Components 1 x 16 Port IP KVM with VM

1 x 17-inch Rack LED/LCD Monitor/Console

2 X USB Ports with Virtual Media Server Modules

1 x KVM/LCD 1U bracket kit

Necessary Software CD, Installation guide e.t.c.

2. Form 1U Rack Mountable hardware proposed should be able to access multiple servers mounted in rack or by accessing them remotely.

3. Authentication It should have feature to Control user privileges & access rights to Secure assets from unauthorized access.

4. OS/Platform Support

It should be compatible with Windows, Sun, Unix and Linux OS.

5. It should have Pluggable Operation support by which servers can be added or removed without having to power off the switch.

6. Accessories All Types of accessories/cables/converters/modules required to utilize the solution at full potential should be supplied with it.

7. Warranty 3 Years repair or replacement warranty with parts

locations of the enclosure along the side brace to resituate cable management as per requirement.

20. 1U Mountable Cable Manager as per site requirement needs to be supplied from Day one.

21. Warranty 5 Years repair or replacement warranty with parts

Page 207: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 207 of 273

15.36 Enterprise Security & Antivirus Software License for Server

# Minimum Specifications Compliance

(Yes/No)

Remarks, if

any

1. Enterprise Server Security Software shall provide

server security, network security and application

security covering Antivirus, Antimalware,

IDS/IPS, Web Application Protection, etc. to

ensure complete security

2. OEM should be listed in the Leader’s Quadrant of

Gartner Magic Quadrant for Endpoint Protection

Platforms

3. Specify the Proposed Make

4. Specify the Proposed Model / Version No

5. Specify the Type of License (Socket based/Core

based/VM based/Trust based)

6. Specify the quantity of the License (same to be

specified in BOQ & Price Bid)

15.37 Call Center Management Solution

# Minimum Specifications Compliance

(Yes/No)

Remarks, if any

1. The contact centre solution should be able to route

voice/ VOIP calls from centralized Interactive Voice

Response System (IVRS) to respective call centre (s)

along with interaction history of the calling party.

The solution should able to integrate / route the call

to existing Sitilink IVRS system for smooth

operations.

Note: Scope of EPBAX and PRI Lines are not in the

scope of SI. However, the SI is required to co-

ordinate with SMC for the smooth roll out of IVRS

based call centre management solution.

Page 208: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 208 of 273

# Minimum Specifications Compliance

(Yes/No)

Remarks, if any

2. The callers should be able to access the various

services through state-of-art centralized integrated

Interactive Voice Response System (IVRS). The

information is envisaged to be available to the

customer through telephone (IVRS) and call centres

agents.

3. The IVRS should establish two way communication

on the same channel with customers through

recorded synthesized voice in Hindi / English /

Regional Language or in combination of languages

to give information, reply to queries and provide

other.

4. IVRS should be modular and scalable in nature for

easy expansion without requiring any change in the

software.

5. It should be possible to access IVRS through any of

the access device such as Landline telephone,

Mobile phone (GSM as well as CDMA) etc.

6. IVRS should support various means of Alarm

indications in case of system failures, e.g.

Functional error, missing voice message prompt,

etc., and shall generate error Logs.

7. The system should have the ability to define

business rules based upon which the system should

quickly identify, classify and prioritize callers, and

using sophisticated routing, to deliver interactions

to the best qualified agent in the any of the

connected local/remote call centre, regardless of

interaction channel

8. The IVRS should be capable to capture usage details

of each customer as the customer traverses through

a call. The IVRS should have an interface through

which usage details can be shared with other

solutions.

Page 209: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 209 of 273

# Minimum Specifications Compliance

(Yes/No)

Remarks, if any

9. The application should provide CTI services such

as:

Automatic display (screen pop) of information

concerning a user/customer on the call agent

screen prior to taking the call based on ANI,

DNIS or IVR data.

Synchronized transfer of the data and the call

to the call centre agent.

Transfer of data corresponding to any query

raised by any IP agent regarding a query raised

by a customer whose call is being attended by

the call IP agent.

Call routing facilities such as business rule

based routing, skills-based routing etc.

10. The application should support integration to

leading CTI middleware vendors.

11. Should provide pre-integration with industry

standard IVR servers and enhance routing &

screen-pop by forwarding the information.

12. Should provide facilities for outbound calling list

management, and software based predictive or

preview dialling.

13. Call Centre Agent’s Desktop: The agents desktop shall have an application which shall fulfil the following functionalities :

It should provide consistent agent interface

across multiple media types like fax, SMS,

telephone, email, and web call back.

The agent’s desktop should have a “soft-

phone” – an application that enables standard

telephony functions through a GUI.

It should be possible for agents to escalate the

query.

14. System should be able to integrate with e–mail /

SMS gateway so that appropriate messages can be

sent to the relevant stakeholders after the

interaction and any updates thereon.

Page 210: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 210 of 273

# Minimum Specifications Compliance

(Yes/No)

Remarks, if any

15. Should intelligently and automatically routes

inquires with skills based routing discipline to

agents

16. Should have an Intelligent distribution of email to

agents

17. CTI (Computer Telephone Integration)

Application Requirements

The CTI link should allow a computer

application to acquire control of the agent

resources on the IP EPABX & change state of

the agent phone through commands on the CTI

link.

The CTI link should pass events & information

of agent states & changes in agent states as well

as incoming calls to the computer applications.

The CTI link should allow a computer

application to take control of the call flow inside

the IP EPABX & also allow the computer

application to decide the most suitable action /

agent for an incoming call.

Should be able to integrate with various domain

systems of SMC to send/receive data like caller

number, call duration, agent id, transfer details,

etc.

Ability to generate and service requests

Call events should be handled from the system

such as hold, retrieve hold, conference, transfer,

etc.

CTI should be integrated with core call center

system and update the IVR

18. Automatic Call Distribution (ACD)

Requirements

The ACD solution should be able to route the

call to any remote call centre agent using IP

phones

Should able to Handle high call volumes

efficiently

Page 211: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 211 of 273

# Minimum Specifications Compliance

(Yes/No)

Remarks, if any

Should allow calls to be transferred within the

call center

Should support multiple groups for all call

types

Should provide highly configurable system for

adding/removing users

Should have an ability to queue or hold the call

for an agent if none is immediately available.

Should have an ability to keep the callers

informed as to the status of the call and

providing information to callers while they

wait in queue.

System should be able to perform prioritized

call routing

19. Supervisor Module

The call centre should provide a graphical console

application program for the supervisor's

workstation. This position shall facilitate the

following features:-

Any supervisor shall be able to monitor or

control any group in the call Centre.

It shall show the live activity of each agent in

details as well as in a summarized fashion

including information like total number of

calls received, calls answered, average

response time etc.

The Supervisor console shall also graphically

display live status of the call session

summary, number of call waiting in the

queue, call traffic etc.

Live status of the group shall be shown,

including waiting calls and calls being

answered currently.

Access to the supervisor console shall be

restricted.

It shall be possible for a supervisor to attend

calls whenever necessary.

20. Recording

Page 212: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 212 of 273

# Minimum Specifications Compliance

(Yes/No)

Remarks, if any

The solution should have provision for call

recording, archival and retrieval. The recording

should contain detailed call information and the

solution must provide advanced searching

capabilities

21. Proposed solution should not have any user license

restriction. SMC/SSCDL should be able to create as

many users as required. The performance of

solution must not degrade with increase in number

of users in the application

22. Should have a comprehensive audit trail detailing

every user activity including system/security

administrators with before and after image

23. Security and Privacy

Should be capable to protect the caller

information and thus privacy of the caller.

System must maintain log including date,

time, terminal number of each operation,

done by every user/group and should have

back up.

There should be a complete and

comprehensive security from unauthorized

access and misuse.

System should support the following

- Forced password change

- Display last login/logout

- Failed login attempts

- Inactivity time out

- No concurrent login

- Block/delete/relocate users

- Password control (length, composition

etc.)

- Password not displayed when entered

- Password change interval

- Password change history

Page 213: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 213 of 273

# Minimum Specifications Compliance

(Yes/No)

Remarks, if any

- Login session timeout

- Allows password reset

- Allows user to change password

24. Reporting

The daily, weekly, monthly MIS reports shall

include all the following but not limited to:

report on calls handled, call pending, average

duration of calls, min. & max duration of calls,

number of instances the operator found busy,

calls abandoned due to breakdown, etc. The

proposed solution must have comprehensive

reports for various activities by the Contact

Center:

- Calls per week, month or other period.

- Numeric and graphical representation of

call volume

- Calls for each interaction tracked by type

- Number of dropped calls after answering

- Calls that ended while on hold, indicating

that the caller hung up

- Reports must have restricted access based

on user access privileges.

- The ad‐hoc reporting tool must enable

reports to be exported to other formats

like MS Excel and MS word format

- Agent based/shift based and other

suitable reporting shall be there

25. Specify the proposed Make

26. Specify the proposed Version No

Page 214: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 214 of 273

15.38 IP KVM with 17" Rack LED/LCD and USB VM Server Module Bundle

# Parameter Minimum Specifications Compliance

(Yes/No)

Remarks, if

any

1. Components 1 x 16 Port IP KVM with VM

1 x 17-inch Rack LED/LCD

Monitor/Console

2 X USB Ports with Virtual Media Server

Modules

1 x KVM/LCD 1U bracket kit

Necessary Software CD, Installation guide

e.t.c.

2. Form 1U Rack Mountable hardware proposed

should be able to access multiple

servers mounted in rack or by accessing

them remotely.

3. Authentication It should have feature to Control user

privileges & access rights to Secure

assets from unauthorized access.

4. OS/Platform

Support

It should be compatible with Windows,

Sun, Unix and Linux OS.

5. It should have Pluggable Operation

support by which servers can be added

or removed without having to power off

the switch.

6. Accessories All Types of

accessories/cables/converters/modules

required to utilize the solution at full

potential should be supplied with it.

7. Warranty 3 Years repair or replacement warranty

with parts

Page 215: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 215 of 273

16 Annexure IV- Scope & requirements for Data Center &

other Components

ICCC building is comprising of the Data Center Room at the 2nd floor. The dimensions of the same

are 17,300 mm x 7620 mm. The drawing of the building is attached for reference.

The SI shall build, operate, and maintain the DC during the contract period. The minimum specified

work to be undertaken by the Prime Vendor for setting up and operating and maintaining DC has

been summarized as under:

Design of the Data Centre

Physical Infrastructure comprising of Civil, Electrical & Mechanical works required to build

a Data Centre. This shall also include site preparation.

Multi-layer security infrastructure to prevent unauthorized access to the Data Centre.

Networking and other associated IT Components in the Data Centre.

Supply/ Installation

All active and passive components.

Physical infrastructure components such as Air-Conditioning System, Fire Detection and

Suppression System, Lighting system, Rodent Control, Water leakage detection system,

Access Control System, Electrical Cabling, etc.

IT Infrastructure components such as necessary Servers, storage, Databases, Networking &

Security components, Software and other IT components required as per the scope of the

RFP.

Commissioning & Acceptance Testing shall involve the completion of the Data Centre site

preparation, supply and installation of the required components and making the Data

Centre for carrying out live operations.

SSCDL will provide the space of approximately 1400 sq.ft. The DC hosting space is designed

to house 30 racks and the selected SI will be required to supply, install and commission 15

racks which will be used to host the server, storage and network equipments proposed as

part of this project. This rack space will also host SSCDL/SMC’s own IT infrastructure.

Further existing racks pertaining to other operational systems like AFCS, ITMS, ITCS, etc.

will be shifted to DC on successful commissioning of the DC.

The general requirement for the Data Centre is mentioned here after and system wise

requirement / scope of work / specification are as per the details below. The Prime Vendor

must adhere to the design criteria and specification.

o All Civil & Interior work and Furnishing works

o Earthing & wiring.

o Integration with existing UPS System

o Integration with existing DG Sets

o Adequate LED Lighting

Page 216: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 216 of 273

o Electrical works within the Data Center

o Precision Air conditioning

o Intelligent Smoke & Fire Detection system

o Fire Suppression System

o Electromagnetic door lock

o Biometric Access Control System for the server room

o Proximity card reader solution

o Access Card

o Automatic water Leak Detection system

o Rodent Repellent System

o Data Center Management system

o Networking Components

o IP KVM switches

o Any other items required for this purpose

The design should include Civil works, electrical and data cabling, wiring and connections,

Precision Air conditioning and comfort air-conditioning, etc.

Provide necessary services and maintenance of Data Centre environmental infrastructure

and supplied components during the contract period so as to ensure maximum uptime and

SLA adherence as per RFP.

Provide Fire Alarm, Fire detection and suppression, Rodent control, Water leakage

detection and control, BMS, Raised floor area, false sealing, lighting services,

airconditioning and environmental control equipments, access control and building

management devices, fire suppression devices, Fire rated material, etc.

The DC build should also include LAN cabling, power cabling, termination and distribution

points, patch panels etc.

The area will also host Security components. The security architecture will provide

controlled access to the hosting area including a comprehensive BMS system which

maintain adequate log of physical access and security. The logs would be stored for 12

months.

The top false ceiling would be created leaving appropriate space from the true ceiling of the

floor. This false ceiling will house cables of Electrical lighting, Firefighting, Rodent Control

and CCTV components.

The false flooring will house electrical cabling, Data Cabling (Passive), Rodent Control, etc.

Network and electrical cables should be separately laid and should maintain a gap of

minimum 2 feet between them so as to avoid electro-magnetic interference.

Providing and fixing Access flooring system (False floor) HPL panel with edge support rigid

grid under structure system. The system shall provide for suitable Floor tiles, pedestals and

stringers designed to withstand various static loads and live loads. The entire Access floor

system shall be made from steel cementations infilled. Access Floor tiles shall provide for

adequate fire properties, acoustic barrier and air leakage resistance. The system shall be able

Page 217: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 217 of 273

to accept an approved laminated floor covering i.e. Anti-static High pressure laminates with

PVC beading on the edges of the tiles. The rate shall be inclusive of wire manager & tile lifter

etc. The SI will be required to provide the Aluminium Floor False Panel (with minimum 50%

open area in each panel) in required number as per industry standard considering the

datacentre area and capacity in terms of 30 racks.

Supply & Fixing of Antistatic Laminate skirting matching with floor tiles with thick MDF

Board / Bison Board.

Providing and fixing in position gypsum board false ceiling/metal false ceiling with

approved G.I/Al/Steel Frame work and hangers including openings for lights etc. to be

framed with teak wood members of requisite section/size. The sidewalls should be covered

with heat protected materials.

Anti-termite treatment of the entire critical area.

Cutting and chipping of existing floors: The existing floor shall be cut utilizing mechanical

cutters and then chipped gently using chisel and hammer without causing any damages to

existing structure. The operation shall be carried out after taking prior permission.

Trench works: TRENCH may be required to be made for cables. The bed of the trench shall

be truly and evenly dressed throughout. The bed of the trench has to be filled in with sand

and brick. Enough care should be taken not to damage any existing pipes, wires, cables that

comes in the way of trench. Cost of any damage done to the existing structure has to be borne

by the vendor.

Masonry works: Any brick work, if required, has to be done by the Prime Vendor. The bricks

have to be of fine quality.

Hardware and Metals: The hardware throughout shall be of high quality and ISI mark

wherever possible. Fitting generally shall be brass oxidized, unless otherwise specified and

shall be suitable for their intended purpose. Screws are to match the finish of the article to

be fixed, and to be round or flat headed or counter sunk as required. Aluminum and stainless

steel shall be of reputed manufacturer and suitable for its particular application.

Doors and Locking: DC doors should be of minimum 5ft wide, 7ft high and 2 inch thickness,

without doorsills, hinged to open outward or slide side-to-side, or be removable. Doors shall

be fitted with locks and have either no centre posts or removable Centre posts to facilitate

access for large equipment. Entry and Exit door of data Centre should be separate. Door

frame should be Powder coated. Doors should be Fire-resistant steel minimum 180 minutes

integrity.

Fire proofing all surfaces: Existing walls of the data center shall be protected from fire by

installation of the Fire Resistance Rated Gypsum Boards with a view to prevent any spread

of fire.

Galvanization: Galvanized coating for materials such as ceiling grids, raised floor supports,

etc. should be electroplated galvanized. This is to avoid zinc whiskers or metallic

contamination.

Page 218: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 218 of 273

Plumbing Work: No water or drain piping should be routed through the data Centre that is

not associated with data Centre equipment. Water or drain piping, if required, should be

routed within the data Centre and should be either encased or provided with a leak

protection jacket. A leak detection system should be provided to notify building operators

in the event of a water leak.

Drainage Piping: Provision for floor drain(s) within the computer room to collect and drain

the pre-action sprinkler water after a discharge has to be made. The floor drain(s) should

receive the condensate drain water and humidifier flush water from the computer room air

conditioning units. Piping material should be type ―L copper with soldered joints

Combustible piping should not be used. 4.43 Pest Control: The treatment shall be carried

out generally in accordance with the stipulation laid down procedure as per IS: 6313 (Part

II)-1971 Part II Preconstructional chemical treatment measures I (code of practice for Anti-

termite measures in building part II pre constructional chemical.

Pest Control: Necessary pest control measures and treatment shall be carried out in

accordance with industry best practice/standards at the time of site preparation so as to

make sure the DC environment pest free and the treatment effectively fights the pest.

Circuits fed from distinct sources of supply or from different distribution boards or M.C.Bs

shall not be bunched in one conduit. In large areas and other situations where the load is

divided between two or three phases, no two single-phase switches connected to difference

phase shall be mounted at appropriate distance.

All splicing shall be done by means of terminal blocks or connectors and no twisting

connection between conductors shall be allowed.

Electrical cabling: Cable ducts should be of such dimension that the cables laid in it do not

touch one another. If found necessary the cable shall be fixed with clamps on the walls of

the duct. Cables shall be laid on the walls/on the trays as required using suitable clamping/

fixing arrangement as required. Cables shall be neatly arranged on the trays in such manner

that a criss-crossing is avoided and final take off to switch gear is easily facilitated.

Neoprene rubber gaskets shall be provided between the covers and channel to satisfy the

operating conditions imposed by temperature weathering, durability etc.

Necessary earthing arrangement shall be made alongside the rising mains enclosure by

Mean of a GI strip of adequate size bolted to each section and shall be earthed at both ends.

The rising mains enclosure shall be bolted type.

Electrical Lights: It is provisioned to have energy efficient Lights (preferably LED) in Date

Centre to enable low power consumption and reduce cooling loads in the critical areas of

data Centre.

The electrical cabling Work shall include the following.

o Power cabling

o Power Supply Distribution Board

o Power Cabling for Utility component and Utility Points etc.

Page 219: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 219 of 273

o Earthing

o Cabling from Power Supply Distribution Board to racks

Specifications for Electrical Cabling: Fire retardant cables of rated capacity exceeding the

power requirement of fully blown configuration of the existing and proposed component to

be used. Multiple power points (2 points) from redundant source (UPS) to be provided at

each server racks. All materials used shall conform to IS standards as per industry practice.

Drawing of Conductors: The drawing Aluminum / Copper conductor wires shall be executed

with due regards to all required precautions while drawing insulated wires in to conduits.

Care shall be taken to avoid scratches and kinks, which cause breakages.

Joints: All joints shall be made at main switches, distribution boards, socket outlets, lighting

outlets and switch boxes only. No joints shall be made inside conduits and junctions boxes.

Conductors shall be continuous from outlet to outlet.

Load Balancing: Balancing of circuits in three-phase installation shall be planned before the

commencement of wiring.

Color Code of the Conductors: Color code shall be maintained as black for neutral and green

for earth (or bare earth).

Fixing of the Conduits: Conduits junction boxes shall be kept in position and proper

holdfasts shall be provided. Conduits shall be so arranged as to facilitate easy drawing of the

wires through them. Adequate junction boxes of approved shape & size shall be provided.

Switch-Outlet Boxes and Junction Boxes: All boxes shall conform to prevailing Indian

Standards. The cover plates shall be of best quality Hylam sheets or ISI grade Urea

Formaldehyde Thermosetting insulating material, which should be mechanically strong and

fire retardant. Proper support shall be provided to the outer boxes to fix the cover plates of

switches as required. Separate screwed earth terminals shall be provided inside the box for

earthing purpose.

Inspection Boxes – Rust proof inspection boxes of required size having smooth external and

internal Finish shall be provided to permit periodical inspection and to facilitate removal

and replacement of wires when required.

16.1 Painting

Fire retardant paint of pre-approved make and shade to give an even shade over a primer

coat after applying painting putty to level and plumb and finishing with 2 coats of fire

retardant paint. Base coating shall be as per manufacturer’s recommendation for coverage

of paint.

For all vertical Plain surface.

For fireline gyp-board ceiling.

POP punning over cement plaster in perfect line and level with thickness of 10 – 12 mm

including making good chases, grooves, edge banding, scaffolding pockets etc.

Page 220: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 220 of 273

Fire retardant coating on all vertical surfaces, furniture etc. as per manufacturer’s

specification

16.2 PVC Conduit

# Description Compliance

(Yes/No)

Remarks,

if any

1. The conduits for all systems shall be high impact rigid PVC

heavy-duty type and shall comply with I.E.E regulations for

non-metallic conduit 1.6 mm thick as per IS 9537/1983.

2. All sections of conduit and relevant boxes shall be properly

cleaned and glued using appropriate epoxy resin glue and

the proper connecting pieces, like conduit fittings such as

Mild Steel and should be so installed that they can remain

accessible for existing cable or the installing of the

additional cables.

3. No conduit less than 20mm external diameter shall be

used. Conduit runs shall be so arranged that the cables

connected to separate main circuits shall be enclosed in

separate conduits, and that all lead and return wire of each

circuit shall be run to the same circuit.

4. All conduits shall be smooth in bore, true in size and all

ends where conduits are cut shall be carefully made true

and all sharp edges trimmed. All joints between lengths of

conduit or between conduit and fittings boxes shall be

pushed firmly together and glued properly.

5. Cables shall not be drawn into conduits until the conduit

system is erected, firmly fixed and cleaned out. Not more

than two right angle bends or the equivalent shall be

permitted between draw and junction boxes. Bending

radius shall comply with I.E.E regulations for PVC pipes.

6. Conduit concealed in the ceiling slab shall run parallel to

walls and beams and conduit concealed in the walls shall

run vertical or horizontal.

7. The chase in the wall required in the recessed conduit

system shall be neatly made and shall be of angle

dimensions to permit the conduit to be fixed in the

manner desired. Conduit in chase shall be hold by steel

hooks of approved design of 60cm centre the chases shall

be filled up neatly after erection of conduit and brought to

the original finish of the wall with cement concrete

mixture 1:3:6 using 6mm thick stone aggregate and course

sand.

Page 221: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 221 of 273

16.3 Wiring

# Description Bidder

Compliance

(Yes/No)

1.

PVC insulated copper conductor cable shall be used for sub circuit

runs from the distribution boards to the points and shall be pulled

into conduits. They shall be stranded copper conductors with

thermoplastic insulation of 650 / 1100 volts grade. Colour code for

wiring shall be followed.

2. Looping system of wring shall be used, wires shall not be jointed. No

reduction of strands is permitted at terminations.

3.

Wherever wiring is run through trunking or raceways, the wires

emerging from individual distributions shall be bunched together

with cable straps at required regular intervals. Identification ferrules

indication the circuit and D.B. number shall be used for sub main,

sub circuit wiring the ferrules shall be provided at both end of each

sub main and sub-circuit.

4.

Where, single phase circuits are supplied from a three phase and a

neutral distribution board, no conduit shall contain wiring fed from

more than one phase in any one room in the premises, where all or

part of the electrical load consists of lights, fans and/or other single

phase current consuming devices, all shall be connected to the same

phase of the supply.

5. Circuits fed from distinct sources of supply or from different

distribution boards or M.C.B.s shall not be bunched in one conduit.

In large areas and other situations where the load is divided between

two or three phases, no two single-phase switches connected to

difference phase shall be mounted within two meters of each other.

6. All splicing shall be done by means of terminal blocks or connectors

and no twisting connection between conductors shall be allowed.

7.

Metal clad sockets shall be of die cast non-corroding zinc alloy and

deeply recessed contact tubes. Visible scraping type earth terminal

shall be provided. Socket shall have push on protective cap.

8. All power sockets shall be piano type with associate’s switch of same

capacity. Switch and socket shall be enclosed in a M. S. sheet steel

enclosure with the operating knob projecting. Entire assembly shall

be suitable for wall mounting with Bakelite be connected on the live

wire and neutrals of each circuit shall be continuous everywhere

having no fuse or switch installed in the line excepting at the main

panels and boards. Each power plug shall be connected to each

separate and individual circuit unless specified otherwise. The power

wiring shall be kept separate and distinct from lighting and fan

Page 222: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 222 of 273

# Description Bidder

Compliance

(Yes/No)

wiring. Switch and socket for light and power shall be separate units

and not combined one.

9.

Balancing of circuits in three phases installed shall be arranged

before installation is taken up. Unless otherwise specified not more

than ten light points shall be grouped on one circuit and the load per

circuit shall not exceed 1000 watts.

16.4 Cable Work

# Description Compliance

(Yes/No)

Remarks,

if any

1. Cable ducts should be of such dimension that the cables

laid in it do not touch one another. If found necessary the

cable shall be fixed with clamps on the walls of the duct.

Cables shall be laid on the walls/on the trays as required

using suitable clamping/ fixing arrangement as required.

Cables shall be neatly arranged on the trays in such

manner that a criss-crossing is avoided and final take off to

switch gear is easily facilitated.

2. All cables will be identified close to their termination point

by cable number as per circuit schedule. Cable numbers

will be punched on 2mm thick aluminium strips and

securely fastened to the. In case of control cables all covers

shall be identified by their wire numbers by means of PVC

ferrules. For trip circuit identification additional red

ferrules are to be used only in the switch gear / control

panels, cables shall be supported so as to prevent

appreciable sagging. In general distance between supports

shall not be greater than 600mm for horizontal run and

750mm for vertical run.

3. Each section of the rising mains shall be provided with

suitable wall straps so that same the can be mounted on

the wall.

4. Whenever the rising mains pass through the floor they

shall be provided with a built-in fire proof barrier so that

this barrier restricts the spread of fire through the rising

mains from one section to the other adjacent section.

Neoprene rubber gaskets shall be provided between the

covers and channel to satisfy the operating conditions

imposed by temperature weathering, durability etc.

Page 223: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 223 of 273

# Description Compliance

(Yes/No)

Remarks,

if any

5. Necessary earthling arrangement shall be made alongside

the rising mains enclosure by Mean of a GI strip of

adequate size bolted to each section and shall be earthed at

both ends. The rising mains enclosure shall be bolted type.

6. The space between data and power cabling should be as

per standards and there should not be any criss-cross

wiring of the two, in order to avoid any interference, or

corruption of data.

16.5 Earthing

All electrical components (whichever supplied as part of this RFP) are to be earthen by connecting

two earth tapes from the frame of the component ring and will be connected via several earth

electrodes. The cable arm will be earthen through the cable glands. Earthling shall be in conformity

with provision of rules 32, 61, 62, 67 & 68 of Indian Electricity rules 1956 and as per IS-3043. The

entire applicable IT infrastructure in the Control Rooms shall be earthed.

Earthing should be done for the entire power system and provisioning should be there to

earth UPS systems, Power distribution units, AC units etc. so as to avoid a ground

differential. Necessary space will be required to prepare the earthing pits.

All metallic objects on the premises that are likely to be energized by electric currents

should be effectively grounded.

The connection to the earth or the electrode system should have sufficient low resistance

in the range of 0 to 25 ohm to ensure prompt operation of respective protective devices in

event of a ground fault, to provide the required safety from an electric shock to personnel

& protect the equipment from voltage gradients which are likely to damage the

equipment.

The neutral to earth voltage in all electrical points should be less than 0.5 volts.

The Earth resistance shall be automatically measured on an online basis at a pre-

configured interval and corrective action should be initiated based on the observation.

The automatic Earthing measurements should be available on the UPS panel itself in the

UPS room.

There should be enough space between data and power cabling and there should not be

any cross wiring of the two, in order to avoid any interference, or corruption of data.

The earth connections shall be properly made .A small copper loop to bridge the top cover

of the transformer and the tank shall be provided to avoid earth fault current passing

through fastened bolts, when there is a lighting surge, high voltage surge or failure of

bushings.

Page 224: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 224 of 273

A complete copper mesh earthing grid needs to be installed for the server farm area, every

rack need to be connected to this earthing grid. A separate earthing pit need to be in place

for this copper mesh.

Provide separate Earthing pits for Servers, UPS & Generators as per the standards.

16.6 Fire Detection and Alarm System

# Minimum Specifications Compliance

(Yes/No)

Remarks, if

any

1. System Description

Solution should be an automatic zone single loop

addressable fire detection and alarm system and

must be installed as per NFPA 72 guidelines.

2. It should support Detection by means of automatic

heat and smoke detectors located throughout the

Control Room (ceiling, false floor and other

appropriate areas where fire can take place) with

break glass units on escape routes and exits.

3. Control and Indicating Component

All controls of the system shall be via the control

panel only.

4. The system status shall be made available via panel

mounted LEDs and a backlit alphanumeric liquid

crystal display.

5. The system should include a detection verification

feature. The user shall have the option to action a

time response to a fire condition. This time shall

be programmable up to 10 minutes to allow for

investigation of the fire condition before activating

alarm outputs. The operation of a manual call

point shall override any verify command

6. System should support following Manual

Controls

Start sounders

Silence sounders

Reset system

Cancel fault buzzer

Display test

Delay sounder operation

Verify fire condition

Disable loop

7. Smoke detectors:

Page 225: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 225 of 273

# Minimum Specifications Compliance

(Yes/No)

Remarks, if

any

Smoke detectors shall be of the optical or

ionisation type. The detectors shall have twin

LEDs to indicate the device has operated and shall

fit a common addressable base.

8. Heat detectors

Heat detectors shall be of the fixed temperature

(50° C) or rate of temperature rise type with a fixed

temperature operating point.

9. The detectors shall have a single LED to indicate

the device has operated and shall fit a common

addressable base.

10. Addressable detector bases

All bases shall be compatible with the type of

detector heads fitted and the control system

component used. Each base shall comprise all

necessary electronics including a short circuit

isolator.

11. Detector bases shall fit onto an industry standard

conduit box

12. Audible Alarms

Electronic sounders shall be coloured red with

adjustable sound outputs and at least 3 sound

signals. The sounders should be suitable for

operation with a 24V DC supply providing a sound

output of at least 100dBA at 1 meter. The sounder

frequency shall be in the range of 500Hz to

1000Hz.

13. Commissioning

The fire detection and alarm system will be

programmable and configurable via an alpha

numeric keypad on the control panel.

14. Regulatory Requirements

National Electrical Code (NEC) Factory Mutual

Local Authority having Jurisdiction

15. Specify the proposed Make

16. Specify the proposed Model No

16.7 Aspirating Smoke Detector System

This specifications covers the requirements of design, supply of materials, installation, testing and

commissioning of Aspirating Smoke Detection System. The system shall include all equipment’s,

Page 226: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 226 of 273

appliances and labour necessary to install the system, complete with high sensitive LASER-based

Smoke Detectors with aspirators connected to network of sampling pipes

# Minimum Specifications Compliance

(Yes/No)

Remarks, if

any

1. Codes and standards

The entire installation shall be installed to

comply one or more of the following codes and

standards

NFPA Standards, US

British Standards, BS 5839 part :1

2. Approvals

All the equipment’s shall be tested, approved by

any one or more:

LPCB (Loss Prevention Certification

Board), UK

FM Approved for hazardous locations

Class 1,Div 2

UL (Underwriters Laboratories Inc.), U

ULC (Underwriters Laboratories

Canada), Canada

Vds (Verband der Sachversicherer e.V),

Germany

Design Requirements

3. The System shall consist of a high sensitive

LASER-based smoke detector, aspirator, and

filter.

4. It shall have a display featuring LEDs and

Reset/Isolate button. The system shall be

configured by a programmer that is either

integral to the system, portable or PC based

5. The system shall allow programming of:

Multiple Smoke Threshold Alarm Levels.

Time Delays.

Faults including airflow, detector, power,

filter block and network as well as an

indication of the urgency of the fault.

Configurable relay outputs for remote

indication of alarm and fault Conditions.

6. It shall consist of an air sampling pipe network to

transport air to the detection system, supported

Page 227: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 227 of 273

# Minimum Specifications Compliance

(Yes/No)

Remarks, if

any

by calculations from a computer-based design

modelling tool.

7. Optional equipment may include intelligent

remote displays and/or a high level interface with

the building fire alarm system, or a dedicated

System Management graphics package.

8. Shall provide very early smoke detection and

provide multiple output levels corresponding to

Alert, Action, Fire 1 & 2. These levels shall be

programmable and shall be able to set

sensitivities ranging from 0.025 – 20%

obscuration / meter

Display & Detector Assembly

9. The detector will be provided with LED

indicators.

10. Each Detector shall provide the following

features: Alert, Alarm, Fire 1 and Fire 2

corresponding to the alarm thresholds of the

detector/Smoke Dial display represents the level

of smoke present, Fault Indicator, Disabled

indicator

11. Sampling Pipe

The pipe shall be identified as Aspirating Smoke

Detector Pipe along its entire length at regular

intervals not exceeding the manufacturer’s

recommendation or that of local codes and

standards.

12. Installation

The SI shall install the system in

accordance with the manufacturer’s

recommendation.

Where false ceilings are available, the

sampling pipe shall be installed above the

ceiling, and Capillary Sampling Points

shall be installed on the ceiling and

connected by means of a capillary tube.

Page 228: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 228 of 273

# Minimum Specifications Compliance

(Yes/No)

Remarks, if

any

Air Sampling Piping network shall be laid

as per the approved pipe layout. Pipe

work calculations shall be submitted with

the proposed pipe layout design for

approval.

The bidder shall submit computer

generated software calculations for

design of aspirating pipe network, on

award of the contract.

13. Specify the proposed Make

14. Specify the proposed Model No

16.8 Water leak detection System

# Minimum Specifications Compliance (Yes/No)

Remarks, if any

1. Water leak detection System Water leak detection System should be designed to protect the Air-conditioned premises and to alert the personnel about the leak in the AC systems. The system should be capable of interfacing to Water leak detection sensors, condensation sensors & I/O modules.

2. Events should be clearly reported on LCD/LED display with full English language description of the nature of the fault in the panel. The successful bidder should make detailed working drawings and coordinate them with other agencies at site. Water Leak Detection systems should be integrated with Data center Management System.

3. The Water leak detection system should comprise of Tape Sensors, Water Leak detection modules, Condensation detectors, I/O modules and sounders all connected to a Control Panel

4. CONTROL PANEL The control panel should be computerized 4/8/12 zone multiplex controller with a facility to add on dialer and speech processor. The system should be programmed, armed or disarmed through a control key pad. The control key pad should have a LCD display for viewing various events. The code to arm or disarm the system should be changed only by entering a master code.

The system should have 4/8/12 zones and all the detectors should be connected through a 2 core cable. Each area of the premises should be divided into

Page 229: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 229 of 273

# Minimum Specifications Compliance (Yes/No)

Remarks, if any

specific zones such that any zone should be isolated by the user if required.

5. The entire system should be backed up by a maintenance free rechargeable battery to take care of system’s power requirements whenever power fails

6. The system should be totally tamper proof and should activate an alarm if the control panel is opened, the sensors tampered with or if the system cables are cut even in the disarmed state.

7. The system should be able to log 500 events. 8. The Detectors, I/O Modules, Remote Keypads and

other Devices should be connected to a system on a single 2/4/6 Core Cable Bus to avoid individual cabling of zones.

9. The system should have a Buffer memory of minimum 250 events and log each event with exact date and time.

10. The controller should have a Serial Port for connecting to a computer

11. The controller should work on 230 AC power supply and it should also have a built in battery backup.

12. The memory inside the controller should be backed up by a lithium battery. The controller should work effectively over a temperature range of 0 Deg. C to + 55 Deg. C. and 0 to 90% of Humidity.

13. WATER LEAK DETECTION SENSOR Water Leak Detection sensors should be able to mount in DIN rails, inside AHU’s, power distribution units or other equipment where localized leak detection is required. The detectors should be resistant to oxidation and erosion. The detector should have relay output for connection to the controller. LED alarm indication should also be provided. The detectors should operate in AC or DC supply.

14. TAPE SENSORS Tape sensors are used to detect water leaks usually under floors. Tape sensors for use with water leak detectors should be covered with plastic netting to prevent short circuits when used in metal trays or conduits and enables the tape to be folded at right angles to allow easy routing

15. HOOTER / SOUNDER The hooter / sounder should give audible alarm when any sensor operates. It should be complete with electronic oscillations, magnetic coil (sound coil) and accessories ready for mounting (fixing). The sound output from the Hooter should not be less than 85 decibels at the source point.

16. Specify the proposed Make

Page 230: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 230 of 273

# Minimum Specifications Compliance (Yes/No)

Remarks, if any

17. Specify the proposed Model No

16.9 Access Control System

The Access Control System shall be deployed with the objective of allowing entry and exit to and

from the premises to authorized personnel only. The system deployed shall be based on Biometric

Technology. An access control system consisting of a central PC, intelligent controllers, power

supplies and all associated accessories is required to make a fully operational on line access control

system. Access control shall be provided for entry / exit doors. These doors shall be provided with

electric locks, and shall operate on fail-safe principle. The lock shall remain unlocked in the event

of a fire alarm or in the event of a power failure. The fire alarm supplier shall make potential free

contacts available for releasing the locks in a fire condition especially for staircase and main doors.

Entry to the restricted area shall be by showing a proximity card near the reader and biometric

authentication and exit shall be using a push button installed in the secure area. The system shall

monitor the status of the doors through magnetic reed contacts. The proximity cards shall be of

industry standard and will be warranted against defects in materials and workmanship. Total 100

proximity card to be provided as part of the solution. The system should be designed and

implemented to provide following functionality:

Controlled Entries to defined access points

Controlled exits from defined access points

Controlled entries and exits for visitors

Configurable system for user defined access policy for each access point

Record, report and archive each and every activity (permission granted and / or rejected) for

each access point.

User defined reporting and log formats

Fail safe operation in case of no-power condition and abnormal condition such as fire, theft,

intrusion, loss of access control, etc.

Day, Date, Time and duration based access rights should be user configurable for each access

point and for each user.

One user can have different policy / access rights for different access points.

16.10 Rodent Repellent

# Minimum Specifications Compliance (Yes/No)

Remarks, if any

1. Solution should have Digital Controller with necessary transducer

2. Solution should support Operating Frequency Above 20 KHz (Variable)

Page 231: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 231 of 273

# Minimum Specifications Compliance (Yes/No)

Remarks, if any

3. Controller should work in Auto & Manual Modes of Operation

4. Controller should have support for Third Party Data center Management System integration

5. Controller should have minimum 5 Wave Speed Options

6. Controller should have minimum 4 Wave Density Options

7. Controller should have minimum 4 Frequency Bands

8. Solution should support Cable Connection between Controller and Transducers either via Dedicated or via Looping wiring.

9. Solution should support minimum 20 nos of Transducers

10. Transducer Sound Output should be 50 db to 110 db

11. Power Supply : 230 V AC 50 Hz 12. Power output : 800 mW per transducer 13. Mounting : Wall / Table Mounting 14. Solution should be provided with minimum 3

years of comprehensive warranty & support for all parts/controller/tranducers/software.

15. Specify the proposed Make 16. Specify the proposed Model No

16.11 Fire Suppression System

The SI shall design, install, and configure the Fire Suppression System for the Data Center area.

The Fire Suppression System shall have a clean agent fire suppression system cylinder, seamless

cylinders, discharge hose, fire detectors and panels, and all other accessories required to provide a

complete operational system, meeting applicable requirements of NFPA 2001 Clean Agent Fire

Extinguishing Systems, NFPA 70 National Electric Code, NFPA 72 National Fire Alarm Code, or

ISO standards. These standards shall be used to ensure the performance as a system with UL/FM

approvals and installed in compliance with all applicable requirements of the local codes and

standards.

# Minimum Specifications Compliance (Yes/No)

Remarks, if any

1. Kyoto Protocols

The clean agent system considered for total

flooding application shall be in compliance

with the provisions of Kyoto Protocol.

Page 232: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 232 of 273

# Minimum Specifications Compliance (Yes/No)

Remarks, if any

Care shall be taken that none of the greenhouse

gases identified in the Kyoto Protocol is used

for fire suppression application

2. Zero-ozone depleting potential 3. Global-warming potential not exceeding one 4. Atmospheric lifetime not exceeding one week 5. The clean agent fire suppression system with FK-

5-1-12 and inert gas-based systems are accepted as a replacement of HCFC and HFC in accordance with Kyoto Protocol.

6. The clean agent considered for the suppression system shall be suitable for occupied areas with No Observable Adverse Effect Level of 10% as compared to the design concentration to ensure high safety margin for the human who might be present in the hazard area.

7. The minimum design standards shall be in accordance with NFPA 2001, 2004 edition or latest revisions.

8. Care shall be given to ensure early warning detection system with minimum sensitivity of 0.03% per foot obscuration in accordance with NFPA 318 and NFPA 72 to ensure a very early warning signal to allow investigation of the incipient fire with significant time before the other detectors activate the fire suppression system automatically.

9. All system components furnished and installed shall be warranted against defects in design, materials, and workmanship for the full warranty period, which is standard with the manufacturer, but in no case less than operational readiness closure period.

10. Fire suppression system shall deploy NOVEC-based gas suppression systems with cross-zoned detector systems for all locations. These detectors shall be arranged in a manner such that they activate the suppression system in zones to cater to only the affected area.

11. Illuminated signs indicating the location of the extinguishers shall be placed high enough to be seen over tall cabinets and racks across the room. A linear heat detection cable shall be placed along all wire pathways in the ceiling. This cable shall not directly trigger the suppression system; rather, it shall prompt the control system to sound an alarm.

Page 233: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 233 of 273

# Minimum Specifications Compliance (Yes/No)

Remarks, if any

12. The SI shall give a certificate stating that their NOVEC system is approved by UL/FM/VdS/LPC/CNPP for use with seamless steel cylinders, including component and system approval.

13. The SI shall also provide a letter that the OEM has NOVEC flow calculation software suitable for seamless steel cylinder bided for in accordance with the List of Major Components and that such software shall be type approved by UL/FM/VdS/LPC/CNPP.

14. The storage container offered shall be of seamless type, meant for exclusive use in NOVEC systems, with UL/FM/VdS/LPC/CNPP-component approval. Welded cylinders are not permitted.

15. The NOVEC valve shall be differential pressure design and shall not require an explosive- or detonation-type consumable device to operate it.

16. The NOVEC valve operating actuators shall be of electric (solenoid) type and shall be capable of resetting manually. The valve shall be capable of being functionally tested for periodic servicing requirements and without any need to replace consumable parts.

17. The individual NOVEC bank shall also be fitted with a manual mechanism operating facility that shall provide actuation in case of electric failure.

18. The system flow calculation is to be carried out on certified software, suitable for the seamless steel cylinder being offered for this project. Such system flow calculations shall be also approved by UL/FM/VdS/LPC/CNPP.

19. The system shall utilize 42-bar/high-pressure (600 psi) technology that allows for a higher capacity to overcome frictional losses, higher distances of the agent flow, and better agent penetration in enclosed electronic equipment such as server racks and electrical panels.

20. The designer shall study and address possible fire hazards within the protected volume at the design stage. The delivery of the NOVEC system shall provide for the highest degree of protection and minimum extinguishing time. The design shall be strictly in accordance with NFPA standard NFPA 2001.

21. The suppression system shall provide for a high-speed release of NOVEC-based on the concept of total flooding protection for enclosed areas. A

Page 234: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 234 of 273

# Minimum Specifications Compliance (Yes/No)

Remarks, if any

uniform extinguishing concentration shall be 7% (v/v) of NOVEC for 21 degrees Celsius or higher as recommended by the manufacturer.

22. The system discharge time shall be 10 seconds or less, in accordance with NFPA standard 2001.

23. Sub-floor and the ceiling void to be included in the protected volume.

24. The NOVEC systems to be supplied by The SI shall satisfy all the requirements of the authority having jurisdiction over the location of the protected area and shall be in accordance with the OEM’s product design criteria.

25. The detection and control system that shall be used to trigger the NOVEC suppression shall employ cross-zoning of photoelectric and ionization smoke detectors. A single detector activated in one zone shall cause an alarm signal to be generated. Another detector activated in the second zone shall generate a pre-discharge signal and start the pre-discharge condition.

26. The discharge nozzles shall be located in the protected volume in compliance to the limitation with regard to the spacing, floor and ceiling covering. The nozzle locations shall be such that the uniform design concentration will be established in all parts of the protected volumes. The final number of the discharge nozzles shall be according to the OEM’s certified software, which shall also be approved by third-party inspection and certified such as UL/FM/VdS/LPC/CNPP.

27. The cylinder shall be equipped with differential pressure valves and no replacement parts shall be necessary to recharge the NOVEC containers.

28. NOVEC shall be discharged through the operation of an electric solenoid-operated device or pneumatically operated device, which releases the agent through a differential pressure valve.

29. The NOVEC discharge shall be activated by an output directly from the NOVEC gas release control panel, which will activate the solenoid valve. NOVEC agent is stored in the container as a liquid. To aid release and more effective distribution, the container shall be super pressurized to 600 psi (g) at 21°C with dry Nitrogen.

30. The releasing device shall be easily removable from the cylinder without emptying the cylinder. While removing from cylinder, the releasing device

Page 235: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 235 of 273

# Minimum Specifications Compliance (Yes/No)

Remarks, if any

shall be capable of being operated with no replacement of parts required after this operation.

31. Upon discharge of the system, no parts shall require replacement other than gasket, lubricants, and the NOVEC agent. Systems requiring replacement of disks, squibs, or any other parts that add to the recharge cost will not be acceptable.

32. The manual release device fitted on the NOVEC cylinders shall be the manual-lever type and a faceplate with clear instruction of how to mechanically activate the system. In all cases, NOVEC cylinders shall be fitted with a manual mechanical operating facility that requires two-action actuation to prevent accidental actuation.

33. NOVEC storage cylinder valve shall be provided with a safety rupture disc. An increase in internal pressure due to high temperature shall rupture the safety disc and allow the content to vent before the rupture pressure of the container is reached. The contents shall not be vented through the discharge piping and nozzles.

34. NOVEC containers shall be equipped with a pressure gauge to display internal pressure.

35. Brass Discharge nozzles shall be used to disperse the NOVEC. The nozzles shall be brass with female threads and available in sizes as advised by the OEM system manufacturer. Each size shall come in 180° and 360° dispersion patterns.

36. All the major components of the NOVEC system such as the cylinder, valves and releasing devices, nozzles, and all accessories shall be supplied by one single manufacturer under the same brand name.

37. Manual gas discharge stations and manual abort stations, in conformance with the requirements of NFPA 2001, shall be provided.

38. Release of NOVEC agent shall be accomplished by an electrical output from the FM-200 gas release panel to the solenoid valve and shall be in accordance with the requirements set forth in the current edition of NFPA 2001.

39. A high-sensitivity smoke-detection system shall provide an early warning of fire in its incipient stage, analyse the risk, and set off an alarm and actions appropriate to the risk. The system shall include, but not be limited to, a display control panel, detector assembly, and properly designed sampling pipe network

Page 236: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 236 of 273

# Minimum Specifications Compliance (Yes/No)

Remarks, if any

40. Specify the proposed Make 41. Specify the proposed Model No

16.12 Precision Air Conditioning

The Data Centres Area shall be provided with fully redundant, microprocessor-based, gas-based,

Precision Air-Conditioning system. Cool air feed to the Data Centres shall be bottom-charged or

downward flow type using the raised floor as supply plenum through perforated aluminium tiles for

airflow distribution. The return airflow shall be through the false ceiling to cater to the natural

upwardly movement of hot air. Cooling shall be done by the Precision Air-Conditioning system only.

Forced cooling using fans on the false floor is not acceptable. Air conditioning shall be capable of

providing sensible cooling capacities at the design ambient temperature and humidity with

adequate airflow. The Precision Air-Conditioning system shall be capable to be integrated with the

Data center Management System for effective monitoring.

The SI shall assess, design, supply, transport, store, unpack, erect, and test the successful

commissioning and satisfactory completion of trial operations of the Precision Air-Conditioning

system for the Data Centres. The SI shall follow ASHRAE Standard for the HVAC and Ducting. The

SI shall be responsible for:

Connecting the indoor unit with the mains electrical point

Connecting indoor and outdoor units mechanically (with 18-gauge-hard copper piping).

Connecting indoor and outdoor unit electrically

Nitrogen pressure testing, triple vacuum, and final gas charging

Connecting the humidifier feed line with the point provided

Connecting the drain line with the point provided

Commissioning and handing over the unit to the customer

Operation and routine maintenance training for up to two persons nominated by the CLIENT while commissioning the units at site

1. PAC Make, Capacity & quantity

The SI will be required to provide 4 number of PACs of Uniflair/Stulz/Emerson make each of 10 tonne capacity with 5 years comprehensive onsite warranty and support. The warranty and support will include all parts including the gas filling during the contract period. SI will be required to carry out necessary preventive and breakdown maintenance including periodic service on a regular basis (atleast once a quarter) to ensure maximum uptime.

2. Temperature Requirements

The environment inside the Primary and Secondary Data Centres shall be continuously maintained between 20°C to 25 degrees Celsius. The temperature and humidity shall be controlled at desired levels. The necessary alarms for variation in temperatures shall be monitored on a 24/7

Page 237: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 237 of 273

basis and logged for providing reports.

3. Indicating Lamps

Indicating lamps assembly shall be screw type with built in resistor having non-fading colour lens. LED type lamps are required.

Wiring for Remote ON, OFF, TRIP indicating lamps is required.

ON indicating lamp: Red

OFF indicating lamp: Green

TRIP indicating lamp: Amber

PHASE indicating lamp: Red, Yellow, Blue

TRIP circuit healthy lamp: Milky

4. Relative Humidity (RH) requirements

Ambient RH levels shall be maintained at 50% ± 5 non-condensing. Humidity sensors shall be deployed. The necessary alarms for variation in RH shall be monitored on a 24/7 basis and logged for providing reports.

5. Temperature and Relative Humidity Recorders

Temperature and relative humidity recorders shall be deployed for recording events of multiple

locations within the Data Centres. Records of events for the past 7 days shall be recorded and

presentable whenever required. Sensors shall be located at various locations within the Data

Centres to record temperature and humidity automatically.

6. Air Quality Levels

The Data Centres shall be kept at highest level of cleanliness to eliminate the impact of air quality

on the hardware and other critical devices. The Data Centres shall be deployed with efficient air

filters to eliminate and arrest the possibility of airborne particulate matter which may cause air-

flow clogging, gumming up of components, causing short-circuits, or blocking the function of

moving parts.

7. Additional Points

The precision air conditioners shall be capable of maintaining a temperature range of 23

degrees Celsius with a maximum of ±1 degree variation and relative humidity of 50%

with a maximum variation of ±5%.

The precision air conditioners shall have two (2) independent refrigeration circuits, each

comprised of one scroll compressor, refrigeration circuit and condenser, and dual

blowers for flexibility of operations and better redundancy.

Page 238: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 238 of 273

The unit casing shall be in double-skin construction for longer life of the unit and low

noise level.

For close control of the Data Centres temperature and relative humidity (RH)

environment conditions, the controller shall have proportional integration and

differential (PID).

The precision unit shall be air-cooled, refrigerant-based system to avoid chilled water in

critical space.

The internal rack layout design shall follow the cold aisle and hot aisle concept as

recommended by ASHRAE.

The refrigerant used shall be environmentally friendly HFC, R-407-C or equivalent in

view of the long-term usage of the Data Centres equipment as well as the availability of

spares and refrigerant.

The system shall include fully deployed Dynamic Smart Cooling with auto sequencing

and auto power management features to switch the air conditioner on and off

automatically and alternately as per preset/configuration for effective usage.

Thermal and computational fluid dynamics (CFD) analysis diagrams shall be provided

The fan section shall be designed for an external static pressure of 25 Pa. The fans shall

be located downstream of the evaporator coil and be of the electronically commuted,

backward, curved, centrifugal type, double-width, double-inlet, and statically and

dynamically balanced. Each fan shall be direct-driven by a high efficiency direct current

(DC) motor.

The evaporator coil shall be A-shape coil for down flow, incorporating draw-through air

design for uniform air distribution. The coil shall be constructed of rifled bore copper

tubes and louvered aluminium fins with the frame and drip tray fabricated from heavy

gauge aluminium. Face area of coil shall be selected corresponding to air velocity not

exceeding 2.5 m/sec.

Dehumidification shall be achieved by either reducing effective coil area by solenoid

valve arrangement or using the dew point method of control. Whenever

dehumidification is required, the control system shall enable a solenoid valve to limit

the exchange surface of the evaporating coil, thereby providing a lower evaporating

temperature.

The humidifier and heaters shall be built-in features in each machine individually.

Humidification shall be provided by boiling water in a high-temperature, polypropylene

steam generator. The steam shall be distributed evenly into the bypass airstreams of the

environment control system to ensure full integration of the water vapour into the

supply air without condensation. The humidifier shall have an efficiency of not less the

1.3 kg/kw and be fitted with an auto-flush cycle activated on demand from the

microprocessor control system. The humidifier shall be fully serviceable with

replacement electrodes. Wastewater shall be flushed from the humidifier by the

Page 239: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 239 of 273

initiation of the water supply solenoid water valve via a U-pipe overflow system. Drain

solenoid valves shall not be used. A microprocessor shall control the humidification and

heating through suitable sensors.

The following microprocessor controls features shall be displayed on the

units:

a. Room temperature and humidity

i. Supply fan working status

ii. Compressor working status

iii. Condenser fans working status

iv. Electric heaters working status

v. Humidifier working status

vi. Manual/Auto unit status

vii. Line voltage value

b. Temperature set point

i. Humidity set point

ii. Working hours of main component i.e. compressors, fans, heater, humidifier.

iii. Unit working hours

iv. Current date and time

v. Type of alarm (with automatic reset or block)

vi. The last 10 intervened alarms

The microprocessor shall be able to perform following functions:

a. Testing of the working of display system

b. Password for unit calibration values modification

c. Automatic restart of program

d. Cooling capacity control

e. Compressor starting timer

f. Humidifier capacity limitation

g. Date and time of last 10 intervened alarm

h. Start/Stop status storage

i. Random starting of the unit.

j. Outlet for the connection to remote system

k. Temperature and humidity set point calibration

l. Delay of general alarm activation

m. Alarm calibration

Following alarms shall be displayed on screen of microprocessor unit:

Page 240: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 240 of 273

a. Air flow loss

b. Clogged filters

c. Compressor low pressure

d. Compressor high pressure

e. Smoke /ire

f. Humidifier low water level

g. High/Low room temperature

h. High/Low room humidity

i. Spare external alarms

j. Water under floor

The control system shall include the following settable features:

a. Unit identification number

b. Start-up delay, cold start delay, and fan run on timers

c. Sensor calibration

d. Remote shutdown and general alarm management

e. Compressor sequencing

f. Return temperature control

g. Choice of modulating output types

The unit shall incorporate the following protections:

a. Single phasing preventers

b. Reverse phasing

c. Phase misbalancing

a. Phase failure

b. Overload tripping (MPCB) of all components

16.13 Datacentre Management System / Building Control System

The building management system shall be implemented for effective management, monitoring and

Integration of various components like PAC, Access Control systems, fire detection system etc.

The BMS shall perform the following general functions including but not limited to:

Building Management & Control

Monitoring of all data center devices through a single portal/dashboard

Data Collection & archival

Alarm Event & Management

Page 241: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 241 of 273

Reports & MIS Generation

The scope of work shall include designing supplying and installing of Building management System.

The work shall consist of integrating with various datacenter components with necessary

software/hardware support for interfacing with other systems. It shall include laying of cabling

duct, conduits and power supply etc., necessary for installation of the system with supply of

appropriate type products as indicated in the specification. SI shall design & provide a datacenter

management system that comprises the following general functional sub systems.

PAC Management & Control

Temperature monitoring and controls at all specified positions/locations

Safety & Security Systems Integration

Fire Alarm System Integration

Aspirating Smoke Detector System Integration

Access Control System integration

Water leakage Detection System

Page 242: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 242 of 273

17 Annexure V- Common guidelines regarding compliance

of systems/equipment

1. The specifications mentioned for various IT / Non-IT components are indicative

requirements and should be treated for benchmarking purpose only. SIs are required to

undertake their own requirement analysis and may propose higher specifications that are

better suited to the requirements.

2. In case of addition/update in number of license for the Integrated Command and Control

Center (CCC) software, the SI is required to meet of technical specifications contained in the

RFP and for the upward revisions and/or additions of licenses are required. The software

licenses provided should be perpetual and at enterprise level such that SSCDL/SMC (or any

entity as determined by SSCDL/SMC) can use the software products irrespective of number

of users and number of field devices (Sensors, cameras, etc.) or number of cores of

computer. Additions to users or filed devices or number cores will have to be done at no

additional cost.

3. Any manufacturer and product name mentioned in the Tender should not be treated as a

recommendation of the manufacturer / product.

4. None of the additional IT / Non-IT equipment’s proposed by the SI should be End of Life

product. It is essential that the technical proposal is accompanied by the OEM certificate in

the format given in this Tender, where-in the OEM will certify that the product is not end of

life product & shall support for at least 6 years from the date of Bid Submission.

5. Technical Bid should be accompanied by OEM’s product brochure / datasheet. SIs should

provide complete make, model, part numbers and sub-part numbers for all

equipment/software quoted, in the Technical Bid.

6. SIs should ensure complete warranty and support for all equipment from OEMs. All the

back-to-back service agreements should be submitted along with the Technical Bid.

7. All equipment, parts should be original and new.

8. The user interface of the system should be a user friendly Graphical User Interface (GUI).

9. Critical core components of the system should not have any requirements to have

proprietary platforms and should conform to open standards.

10. For custom made modules, industry standards and norms should be adhered to for coding

during application development to make debugging and maintenance easier. Object

oriented programming methodology must be followed to facilitate sharing, componentizing

and multiple-use of standard code. Before hosting the application, it shall be subjected to

application security audit (by any of the CERTIN empanelled vendors) to ensure that the

application is free from any vulnerability; and approved by the SSCDL/SMC.

11. All the Clients Machines / Servers shall support static assigned IP addresses or shall obtain

IP addresses from a DNS/DHCP server.

Page 243: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 243 of 273

12. The Successful SI should also propose the specifications of any additional servers / other

hardware, if required for the system.

13. The indicative architecture of the system is given in this RFP. The Successful SI must provide

the architecture of the solution it is proposing.

14. The system servers and software applications will be hosted in Data Centers as specified in

the Bid. It is important that the entire set of Data Center equipment are in safe custody and

have access from only the authorized personnel and should be in line with the requirements

& SLAs defined in the Tender.

15. SI is required to ensure that there is no choking point / bottleneck anywhere in the system

(end-to-end) and enforce performance and adherence to SLAs. SLA reports must be

submitted as specified in the Bid without fail.

16. All the hardware and software supplied should be from the reputed Original Equipment

Manufacturers (OEMs). SSCDL/SMC reserves the right to ask replacement of any hardware

/ software if it is not from a reputed brand and conforms to all the requirements specified

in the tender documents.

17. System Integrator shall place orders on various OEMs directly and not through any sub-

contractor / partner. All licenses should be in the name of the SSCDL/SMC.

Page 244: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 244 of 273

18 Annexure VI- Approved List of Banks

Under this contract, wherever the contractor is required to submit F.D.R., bank guarantee, etc. against payment towards any deposit or advance e.g. EMD,SD, etc. Such F.D.R, bank guarantees, etc. shall be produced from any one of the following Nationalized Bank as listed below:

1. Indian Bank 2. State Bank of India 3. Punjab National Bank 4. Bank of Baroda 5. Union Bank of India 6. Bank of India 7. Oriental Bank of Commerce 8. Canara Bank 9. Central Bank of India 10. Corporation Bank 11. Allahabad Bank 12. Indian Overseas Bank 13. Dena Bank 14. Syndicate Bank 15. Andhra Bank 16. Punjab & Sind Bank 17. Bank of Maharashtra 18. Vijaya Bank 19. United Bank of India 20. UCO Bank or Any other Nationalized Bank 21. IDBI 22. HDFC 23. AXIS BANK 24. ICICI Bank Limited 25. The Surat People’s Co—operative Bank Ltd. 26. The Mehsana Urban Co-operative Bank Ltd. 27. Kotak Mahindra Bank 28. The Kalupur Commercial Co-operative Bank Ltd. 29. Rajkot Nagrik Sahkari Bank Ltd. 30. The Ahmedabad Mercantile Co-operative Bank Ltd. 31. Development Credit Bank Ltd. 32. YES Bank Ltd

Page 245: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 245 of 273

19 Annexure VII- Master Service Agreement

(To be printed on Rs. 100/- Stamp Paper)

MASTER SERVICE AGREEMENT

FOR

NAME OF WORK :

CONTRACTOR'S NAME

:

TENDER AMOUNT :

LETTER OF INTENT (LoI)

NO. & DATE

:

SANCTIONING AUTHORITY :

Passport size Photo of

Authorized Signatory

with crossed Sign and

Seal.

Page 246: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 246 of 273

This AGREEMENT is made at 115, Smart City Cell, Surat Municipal Corporation Head Quarter,

Muglisara Main Road, Surat, Gujarat on this ________ day of _____________, 2018.

BETWEEN

(1) Surat Smart City Development Limited, a company incorporated under the Companies Act, 2013

with CIN : U74999GJ2016PLC091579 and having its Registered Office at Smart City Cell Room

NO. 115, Surat Municipal Corporation, Muglisara, Surat-395003 (hereinafter called "the

Company" or “the SPV” or “the Client” or “SSCDL” which expression unless repugnant to the

context therein, shall include its successors, administrators, executors and permitted assignees) of

the FIRST PART represented by CEO / Director / GM (IT) of the Company

AND

(2) ____________________________________ a company registered under the

Companies Act, 1956, having its registered office at

___________________________________ hereinafter referred to as “Systems

Integrator” or “SI” or “Vendor” or “Contractor”, (which expression unless repugnant to the

context therein, shall include its successors, administrators, executors and permitted assignees), of

the SECOND PART as represented by _______________________ of the

__________________________________,

WHEREAS party to the First part is established as the ‘Special Purpose Vehicle’ (SPV) under the

Smart City Program of the Government of India, and based on the submission and approval of the

Smart City Proposal (SCP) has authority to execute the projects so approved within the framework

of the Smart City Mission Statement and Guidelines issued by the Ministry of Urban Development

in June 2015 (hereinafter referred as “Guidelines”);

AND WHEREAS RFP for one of the approved projects under SCP related to Selection of

Implementing Agency for Integrated Command and Control Center (ICCC) in Surat (hereinafter

referred as the “ICCC Project.” or “the Project”) was published by SSCDL on

_______________, to seek services of a reputed IT firm as a System Integrator for

Implementing Agency for Integrated Command and Control Center (ICCC) in Surat;

And whereas M/s. __________________________________., has submitted its proposal

for “Selection of Implementing Agency for Integrated Command and Control Center

(ICCC) in Surat”;

AND whereas SSCDL has selected M/s. ___________________________________., as

successful bidder and issued Letter of Intent No. _________________________2018 to

the successful bidder who in turn signed and returned the same as a token of acceptance of Letter

of Intent. As required, the System Integrator has furnished Security Deposit of Rs.

__________________ (__________________________) as Bank Guarantee No.

________________________, dated ______________,

__________________________for performance of the Project.

AND Whereas the SSCDL has adopted the System Integrator’s tender for the project through the

Project Committee established by the Board of Directors of the Company (hereinafter referred as

Page 247: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 247 of 273

“The Project Management Committee”) vide Resolution No.______________________

having of tender Amount of Rs. ____________________ Ps

(___________________________________________)

And whereas SSCDL and M/s. ______________________________________., have

decided to enter into this Agreement on the terms and conditions stipulated hereinafter.

NOW, THEREFORE, in consideration of the premises covenants and promises contained herein

and other good and valuable considerations, the receipt and adequacy of which is hereby

acknowledged, the parties intending to be bound legally, IT IS HEREBY AGREED between the

Parties as follows:

1. Definitions

In this Agreement, the following terms shall be interpreted as indicated, -

(a) “SSCDL” means Surat Smart City Development Limited;

(b) “SPV” means Special Purpose Vehicle

(c) “SCP” means Smart City Proposal

(d) “Contract” means this Agreement entered into between SSCDL and the Systems Integrator

including all attachments and annexure thereto and all documents incorporated by

reference therein;

(e) “Systems Integrator” means M/s. ______________________________,

interchangeably referred to as “SI” in the contract; and

(f) “RFP” means the Tender Published by SSCDL (Ref. No.

_______________________________) and the subsequent Corrigenda /

Clarifications issued.

(g) "Go Live or successful completion of implementation of the project" date means the 16th

day after the date on which the proposed project stream becomes operational after

successful conclusion of all acceptance tests to the satisfaction of SSCDL.

(h) "Deliverable" means any action / output generated by the SI while discharging their

contractual obligations. This would include information and all the other services

rendered as per the scope of work and as per the SLAs.

(i) "Assets" refer to all the hardware / Software / furniture / data / documentations /

manuals / catalogs / brochures / or any other material procured, created or utilized by

the SI for the Surat City ‘Smart Elements’ Project.

Page 248: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 248 of 273

(j) “Guidelines” refer to the set of instructions given by Ministry of Urban Development

regarding Smart City Mission

2. Interpretation

The documents forming this Agreement are to be taken as mutually explanatory of one another.

The following order shall govern the priority of documents constituting this Agreement, in the

event of a conflict between various documents, the documents shall have priority in the

following order:

this Agreement;

Scope of Services for the Systems Integrator (hereby annexed as Annexure I)

Detail Commercial proposal of the Systems Integrator accepted by SSCDL (hereby

annexed as Annexure II)

SLA to be adhered by the Systems Integrator (hereby annexed as Annexure III)

Clarification & Corrigendum Documents published by SSCDL subsequent to the RFP for

this work (hereby annexed as Annexure IV)

RFP Document of SSCDL for this work (hereby annexed as Annexure V)

LoI issued by the SSCDL to the successful bidder (hereby annexed as Annexure VI);

and

Successful bidder’s “Technical Proposal” and “Commercial Proposal” submitted in

response to the RFP (hereby annexed as Annexure VII).

3. Term of the Agreement

This agreement shall come into force and effect from the date of execution by both parties. The

term of this agreement shall be a period of 5 years from the date of Go-Live of all Project

Components including warranty and comprehensive Operation & Maintenance (O&M) support.

In the event of implementation period getting extended beyond implementation timelines, for

reasons not attributable to the Systems Integrator, SSCDL reserves the right to extend the term

of the Agreement by corresponding period to allow validity of contract for 5 years from the date

of successful completion of implementation of all the project components. (Note: Delay caused

due to any reason not in control of the SI would not be attributed to the project period.)

SSCDL also reserves the right to extend the contract at its sole discretion for additional duration,

beyond the 5 years of post-implementation period. Terms and conditions of such an extension

shall be prepared by SSCDL and finalized in mutual discussion with the SI.

4. Work Completion Timelines and Fees

The Work Completion timelines is as per section 8 of the RFP and subsequent Addendum &

Corrigendum.

4.1 Payment Terms

Page 249: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 249 of 273

The Payment terms is as per section 8 of the RFP and subsequent Addendum & Corrigendum.

4.2 Timeline for Project Execution

The Timeline for ICCC Project is as per section 8 of the RFP and subsequent Addendum &

Corrigendum

5. Scope Extension

SSCDL reserves right to extend the scope of services for the price & timelines as given in

Annexure II & Annexure III to this Agreement. The SLAs applicable to this Contract shall be

liable for the additional items too.

6. Service Level Agreement (SLA)

System Integrator is required to comply with the SLA as mentioned in Section 9 of the RFP and

subsequent Addendum & corrigendum.

7. Insurance

The bidder will be required to undertake the insurance for all components of the ICCC Project

which has been procured under this RFP.

i. Insurance during the Contract Period

The System Integrator shall, at its cost and expense, purchase and maintain during the Contract

Period, such insurances as are necessary including but not limited to the following:

Hardware delivered and installed to the extent possible at the replacement value with

Authority as beneficiary.

Fire and allied natural calamities for the Central Control Centre limited to the scope of

supply at replacement value with the Authority as beneficiary;

System Integrator’s all risk insurance with the Authority as co-beneficiary;

Comprehensive third party liability insurance with the SMC/SSCDL as co-beneficiary;

Workmen’s compensation insurance with the SMC/SSCDL as co-beneficiary;

Any other insurance that may be necessary to protect the System Integrator, its employees

and the Project against loss, damage or destruction at replacement value including all Force

Majeure Events that are insurable and not otherwise covered in items (a) to (e) with the

Authority as beneficiary/co-beneficiary;

ii. Evidence of Insurance Cover

The System Integrator shall, from time to time, provide to the Authority copies of all

insurance policies (or appropriate endorsements, certifications or other satisfactory

evidence of insurance) obtained by it in accordance with System Integrator Agreement.

If System Integrator shall fail to effect and keep in force the insurance for which it is

responsible pursuant hereto , Authority shall have the option to take or keep in force any

such insurance, and pay such premium and recover all costs thereof from System Integrator.

Page 250: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 250 of 273

iii. Application of Insurance Proceeds

All moneys received under insurance policies shall be promptly applied by the System

Integrator towards repair or renovation or restoration or substitution of the Project or any

hardware/equipment/device thereof which may have been damaged or required

repair/modification.

The System Integrator shall carry out such repair or renovation or restoration or

substitution to the extent possible in such manner that the Project , or any part thereof,

shall, after such repair or renovation or restoration or substitution be as far as possible in

the same condition as they were before such damage or destruction, normal wear and tear

excepted.

For insurance policies where the Authority is the beneficiary and where it received the

insurance proceeds, only such sums as are required from the insurance proceeds for

restoration, repair and renovation of the Project .

iv. Validity of Insurance Cover

The System Integrator shall pay the premium payable on such insurance Policy/Policies so as

to keep the insurance in force and valid throughout the Contract Period and furnish copies of

the same to the Authority for each year/policy period. If at any time the System Integrator fails

to purchase, renew and maintain in full force and effect, any and all of the Insurances required

under this System Integrator Agreement, the Authority may at its option purchase and

maintain such insurance and all sums incurred by the Authority therefore shall be reimbursed

by the System Integrator forthwith on demand, failing which the same shall be recovered by

the Authority by encashment of Performance Security, exercising right of set off or otherwise

8. Use & Acquisition of Assets during the term

System Integrator shall

take all reasonable & proper care of the entire hardware & software, network or any other

information technology infrastructure components used for the project & other facilities

leased/owned by the system integrator exclusively in terms of the delivery of the services as

per this Agreement (hereinafter the “Assets” which include all the hardware / Software /

furniture / data / documentations / manuals / catalogs / brochures / or any other material

procured, created or utilized by the SI or the SSCDL for the Surat Project) in proportion to

their use & control of such Assets which will include all upgrades/enhancements &

improvements to meet the needs of the project arising from time to time; Note: Hardware

upgrades outside the RFP scope would not be part of the original contract and would be

catered through change request. Assets would be owned by the SSCDL however, the System

Integrator would be custodian of the same during the entire contract period and would take

care of all wear-tear, insurance, theft etc. so that the SLAs are not affected.

Maintain sufficient spare inventory at all times, for all items of importance;

Page 251: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 251 of 273

keep all the tangible Assets in good & serviceable condition (reasonable wear & tear

excepted) &/or the intangible Assets suitably upgraded subject to the relevant standards as

stated in of the RFP to meet the SLAs mentioned in the contract & during the entire term of

the Agreement.

ensure that any instructions or manuals supplied by the manufacturer of the Assets for use

of Assets & which are provided to the system integrator will be followed by the System

integrator & any person who will be responsible for the use of the Asset;

take such steps as may be recommended by the manufacturer of the Assets & notified to the

system integrator or as may be necessary to use the Assets in a safe manner;

provide a well-prepared documentation for users in the manual, a clear plan for training,

education & hand holding the users & shall form part of hand holding phase until bringing

up the users to use software solution with speed & efficiency;

To the extent that the Assets are under the control of the system integrator, keep the Assets

suitably housed & in conformity with any statutory requirements from time to time

applicable to them,

Provide and facilitate access to SSCDL or its nominated agencies & any persons duly

authorized by him/her to enter any land or premises on which the Assets are for the time

being sited so as to inspect the same, subject to any reasonable requirements;

Not, knowingly or negligently use or permit any of the Assets to be used in contravention of

any statutory provisions or regulation or in any way contrary to law;

Use the Assets exclusively for the purpose of providing the Services as defined in the

contract;

Use the Assets only in accordance with the terms hereof & those contained in the SLAs;

Maintain standard forms of comprehensive insurance including liability insurance, system

& facility insurance & any other insurance for the Assets, data, software, etc in the joint

names of SSCDL & the System Integrator, where SI shall be designated as the 'loss payee' in

such insurance policies; SI shall be liable to pay premium for the insurance policy & shall

ensure that each & every policy shall keep updated from time to time.

Ensure the integration of the software with hardware to be installed and the current Assets

in order to ensure the smooth operations of the entire solution architecture to provide

efficient services to SSCDL of this Project in an efficient and speedy manner; &

Obtain a sign off from SSCDL or its nominated agencies at each stage as is essential to close

each of the above considerations.

Ownership of the Assets shall vest with SSCDL on Go Live of the project. Ownership of any

asset, created during the contractual period after go Live, shall also vest with SSCDL upon

creation of such asset. System Integrator shall not use SSCDL data to provide services for the

benefit of any third party, as a service bureau or in any other manner. Six months prior to the

expiry of the contract (of the respective work streams), there shall be joint inspection by a team

of SSCDL and SI to assess the damages to the assets, if any. If damage to the assets is found

Page 252: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 252 of 273

unacceptable to the SSCDL, then corresponding penalty/liquidated damages shall be recovered

from SI from the fees payable.

9. Security and safety

The System Integrator will comply with the directions issued from time to time by SSCDL

and the standards related to the security and safety in so far as it applies to the provision of

the Services.

System Integrator shall also comply with the SSCDL Project's information technology

security and standard policies in force from time to time as applicable.

System Integrator shall use reasonable endeavors to report forthwith in writing to all the

partners / contractors about the civil and criminal liabilities accruing due to by

unauthorized access (including unauthorized persons who are employees of any Party) or

interference with SSCDL's data, facilities or Confidential Information.

The System Integrator shall upon reasonable request by SSCDL or his/her nominee(s)

participate in regular meetings when safety and information technology security matters are

reviewed.

System Integrator and its partners / sub-contractors shall promptly report in writing to each

other and SSCDL any act or omission which they are aware that could have an adverse effect

on the proper conduct of safety and information technology security at SSCDL's Facilities.

10. Indemnity

The System Integrator agrees to indemnify and hold harmless SSCDL, its officers, employees

and agents(each a “Indemnified Party”) promptly upon demand at any time and from time to

time, from and against any and all losses , claims, damages, liabilities, costs (including

reasonable attorney’s fees and disbursements) and expenses (collectively, “Losses”) to which

the Indemnified Party may become subject, in so far as such losses directly arise out of, in any

way relate to, or result from

i. any mis-statement or any breach of any representation or warranty made by the System

Integrator or

ii. The failure by the System Integrator to fulfil any covenant or condition contained in this

Agreement, including without limitation the breach of any terms and conditions of this

Agreement by any employee or agent of the System Integrator. Against all losses or

damages arising from claims by third Parties that any Deliverable (or the access, use or

other rights thereto), created System Integrator pursuant to this Agreement, or any

equipment, software, information, methods of operation or other intellectual property

created by System Integrator or sub-contractors pursuant to this Agreement, or the SLAs

(I) infringes a copyright, trade mark, trade design enforceable in India, (II) infringes a

patent issued in India, or (III) constitutes misappropriation or unlawful disclosure or use

of another Party's trade secretes under the laws of India (collectively, "Infringement

Claims"); provided, however, that this will not apply to any Deliverable (or the access, use

or other rights thereto) created by (A) "Implementation of Project by itself or through other

Page 253: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 253 of 273

persons other than System Integrator or its sub-contractors; (B) Third Parties (i.e., other

than System Integrator or sub-contractors) at the direction of SSCDL, or

iii. any compensation / claim or proceeding by any third party against SSCDL arising out of

any act, deed or omission by the System Integrator or

iv. Claim filed by a workman or employee engaged by the System Integrator for carrying out

work related to this Agreement. For the avoidance of doubt, indemnification of Losses

pursuant to this section shall be made in an amount or amounts sufficient to restore each

of the Indemnified Party to the financial position it would have been in had the losses not

occurred.

v. Any payment made under this Agreement to an indemnity or claim for breach of any

provision of this Agreement shall include applicable taxes.

11. Third Party Claims

a. Subject to Sub-clause (b) below, the System Integrator (the "Indemnified Party") from and

against all losses, claims litigation and damages on account of bodily injury, death or

damage to tangible personal property arising in favor or any person, corporation or other

entity (including the Indemnified Party) attributable to the Indemnifying Party's

performance or non-performance under this Agreement or the SLAs.

b. The indemnities set out in Sub-clause (a) above shall be subject to the following conditions:

i) The Indemnified Party, as promptly as practicable, informs the Indemnifying Party in

writing of the claim or proceedings and provides all relevant evidence, documentary

or otherwise;

ii) The Indemnified Party shall, at the cost and expenses of the Indemnifying Party, give

the Indemnifying Party all reasonable assistance in the defense of such claim including

reasonable access to all relevant information, documentation and personnel. The

indemnifying party shall bear cost and expenses and fees of the Attorney on behalf of

the Indemnified Party in the litigation, claim.

iii) if the Indemnifying Party does not assume full control over the defense of a claim as

provided in this Article, the Indemnifying Party may participate in such defense at its

sole cost and expense, and the Indemnified Party will have the right to defend the

claim in such manner as it may deem appropriate, and the cost and expense of the

Indemnified Party will be borne and paid by the Indemnifying Party.

iv. The Indemnified Party shall not prejudice, pay or accept any proceedings or claim, or

compromise any proceedings or claim, without the written consent of the

Indemnifying Party;

v. system integrator hereby indemnify & hold indemnified the SSCDL harmless from &

against any & all damages, losses, liabilities, expenses including legal fees & cost of

litigation in connection with any action, claim, suit, proceedings as if result of claim

Page 254: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 254 of 273

made by the third party directly or indirectly arising out of or in connection with this

agreement.

vi. all settlements of claims subject to indemnification under this Article will: (a) be entered

into only with the consent of the Indemnified Party, which consent will not be

unreasonably withheld & include an unconditional release to the Indemnified Party

from the claimant for all liability in respect of such claim; & (b) include any

appropriate confidentiality agreement prohibiting disclosure of the terms of such

settlement;

Viii. the Indemnified Party shall take steps that the Indemnifying Party may reasonably

require to mitigate or reduce its loss as a result of such a claim or proceedings; &

ix. In the event that the Indemnifying Party is obligated to indemnify an Indemnified Party

pursuant to this Article, the Indemnifying Party will, upon payment of such indemnity

in full, be subrogated to all rights & defenses of the Indemnified Party with respect to

the claims to which such indemnification relates;

x. in the event that the Indemnifying Party is obligated to indemnify the Indemnified Party

pursuant to this Article, the Indemnified Party will be entitled to invoke the

Performance Bank Guarantee, if such indemnity is not paid, either in full or in part, &

on the invocation of the Performance Bank Guarantee, the Indemnifying Party shall

be subrogated to all rights & defenses of the Indemnified Party with respect to the

claims to which such indemnification relates.

12. Publicity

Any publicity by the SI in which the name of SSCDL is to be used should be done only with

the explicit written permission of the CEO, SSCDL.

13. Warranties

a. The System Integrator warrants and represents to SSCDL that:

i. It has full capacity and authority and all necessary approvals to enter into and to

perform its obligations under this Agreement;

ii. This Agreement is executed by a duly authorized representative of the System

Integrator;

iii. It shall discharge its obligations under this Agreement with due skill, care and

diligence so as to comply with the service level agreement.

b. In the case of the SLAs, the System Integrator warrants and represents to SSCDL, that:

the System Integrator has full capacity and authority and all necessary approvals to

enter into and perform its obligations under the SLAs and to provide the Services;

Page 255: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 255 of 273

The SLAs have been executed by a duly authorized representative of the System

Integrator;

The System Integrator is experienced in managing and providing works similar to the

Services and that it will perform the Services with all due skill, care and diligence so as

to comply with service level agreement;

The Services will be provided and rendered by appropriately qualified, trained and

experienced personnel as mentioned in the RFP;

System Integrator has and will have all necessary licenses, approvals, consents of third

Parties free from any encumbrances and all necessary technology, hardware and

software to enable it to provide the Services;

The Services will be supplied in conformance with all laws, enactments, orders and

regulations applicable from time to time;

System Integrator will warrant that the goods supplied under the contract are new,

unused, of the most recent higher version /models and incorporate all recent

improvements in design and materials unless provided otherwise in the contract. The

System Integrator further warrants that the goods supplied under this contract shall

have no defects arising from design, materials or workmanship.

The overall system design shall be such that there is no choking point / bottleneck

anywhere in the system (end-to-end) which can affect the performance / SLAs.

Subject to the fulfillment of the obligations of the System Integrator as provided for in sub

clause (viii) above, in the event that such warranties cannot be enforced by SSCDL, the

System Integrator will enforce such warranties on behalf of SSCDL and pass on to SSCDL,

the benefit of any other remedy received in relation to such warranties.

c. Notwithstanding what has been stated elsewhere in this Agreement and the Schedules

attached herein, in the event the System Integrator is unable to meet the obligations

pursuant to the implementation of the Project, Operations and Maintenance Services and

any related scope of work as stated in this Agreement and the Schedules attached herein,

SSCDL will have the option to invoke the Performance Guarantee after serving a written

notice of thirty (30) days on the system Integrator.

14. Force Majeure & Vandalism

In the event that any Damages to items due to Vandalism (physical Majeure attack by public,

tampering of equipment by SMC / SSCDL staff or School staff and damage due to accidents) or

due to Force Majeure events (such as earthquake, fire, natural calamities, war, act of God) of

any kind during 5 years of comprehensive warranty( 3 years) and O&M support( 2 years) shall

be the liability of SSCDL. In such case, SSCDL/Authority shall request the successful Bidder to

Page 256: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 256 of 273

repair/replace the damaged unit and reinstall the same. All costs towards the same shall be

reimbursed by SSCDL/Authority to the successful Bidder less of insurance proceeds if need of

replacement so arise then replacement shall be on tender rates only.

The System Integrator shall not be liable for forfeiture of its Performance Guarantee, imposition

of liquidated damages or termination for default, if and to the extent that it’s delay in

performance or other failure to perform its obligations under the contract is the result of an

event of Force Majeure. For purposes of this Clause, “Force Majeure” means an event beyond

the “reasonable” control of the System Integrator, not involving the System Integrator’s fault or

negligence and not foreseeable. Such events may include Acts of God & acts of Government of

India in their sovereign capacity.

For the SI to take benefit of this clause it is a condition precedent that the SI must promptly

notify the SSCDL, in writing of such conditions and the cause thereof within 2 calendar days of

the Force Majeure event arising. SSCDL, or the consultant / committee appointed by the SSCDL

shall study the submission of the SI and inform whether the situation can be qualified one of

Force Majeure. Unless otherwise directed by the SSCDL in writing, the SI shall continue to

perform its obligations under the resultant Agreement as far as it is reasonably practical, and

shall seek all reasonable alternative means for performance of services not prevented by the

existence of a Force Majeure event.

In the event of delay in performance attributable to the presence of a force majeure event, the

time for performance shall be extended by a period(s) equivalent to the duration of such delay.

If the duration of delay continues beyond a period of 30 days, SSCDL and the SI shall hold

consultations with each other in an endeavor to find a solution to the problem.

Notwithstanding anything to the contrary mentioned above, the decision of the SSCDL shall be

final and binding on the SI.

15. Resolution of Disputes

The SSCDL and the SI shall make every effort to resolve amicably, by direct informal

negotiation, any disagreement or dispute arising between them under or in connection with the

Agreement. If after 30 days from the commencement of such informal negotiations, the SSCDL

and the SI are unable to resolve amicably such dispute, the matter will be referred to the

Chairman, SSCDL, and his / her opinion shall be taken.

If the SI doesn’t agree with the opinion of the Chairman, SSCDL, matter shall be referred to two

Arbitrators: one Arbitrator to be nominated by SSCDL and the other one to be nominated by

the SI. In the case of the said Arbitrators not agreeing, then the matter will be referred to an

umpire to be appointed by the Arbitrators in writing before proceeding with the reference. The

award of the Arbitrators, and in the event of their not agreeing, the award of the Umpire

appointed by them shall be final and binding on the parties. Proceedings under this clause shall

be subject to applicable law of the Arbitration and Reconciliation Act, 1996 and the venue of

such arbitration shall be Surat. Cost of arbitration shall be borne by each party proportionately.

Page 257: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 257 of 273

However, expenses incurred by each party in connection with the preparation, presentation

shall be borne by the party itself. The provisions of this clause shall survive termination of this

Agreement.

16. Limitation of Liability towards SSCDL

The SI's liability under the resultant Agreement shall be determined as per the Law in force for

the time being. The SI shall be liable to the SSCDL for loss or damage occurred or caused or

likely to occur on account of any act of omission on the part of the SI and its employees,

including loss caused to SMC / SSCDL on account of defect in goods or deficiency in services on

the part of SI or his agents or any person / persons claiming through or under said SI. However,

such liability of SI shall not exceed 50% of the total CAPEX + OPEX value.

This limitation of liability shall not limit the SI‟s liability, if any, for damage to Third Parties

caused by the SI or any person or firm acting on behalf of the SI in carrying out the scope of

work envisaged herein.

17. Conflict of Interest

A conflict of interest is any situation that might cause an impartial observer to reasonably

question whether SI actions are influenced by considerations of your firm’s interest at the cost

of Government.

The SI shall disclose to the SSCDL in writing, all actual and potential conflicts of interest that

exist, arise or may arise (either for the Systems Integrator or its Team) in the course of

performing Services as soon as it becomes aware of such a conflict. However,SI shall hold

SSCDL's interest paramount, without any consideration for future work, and strictly avoid

conflict of interest with other assignments.

18. Safety Regulation, Accident and Damage

a The Bidder shall be responsible at his own cost in and relative to performance of the work

and bidder to observe and to ensure observance by his Sub-contractors, agents and servants

of the provisions of Safety Code as hereinafter appearing and all fire, Safety and security

regulations as may be prescribed by the Owner from time to time and such other

Precautions, measures as shall be necessary and shall employ / deploy all equipment

necessary to protect all works, materials, properties, structures, equipments, installations,

communications and facilities whatsoever from damage, loss or other hazard whatsoever

(including but not limited to fire and explosion) and shall during construction and other

operations minimize the disturbance and inconvenience to the Owner, other bidders, the

public and adjoining land and property owners and occupiers, and crops, trees and

vegetation and shall indemnify and keep indemnified the One from and against all losses

and damages and costs, charges and expenses and penalties, actions, claims, demands and

proceedings whatsoever suffered or incurred by or against the Owner, as the case may be,

virtue of any loss, alteration, displacement, disturbance or destruction or accident to any

works materials, properties, structures, equipments, installations communications and

Page 258: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 258 of 273

facilities and land and property owners and occupiers and crops, trees and vegetation as

aforesaid, with the intent that the Bidder shall be exclusively responsible for any accident,

loss, damage, alteration, displacement, disturbance or destruction as aforesaid resultant

directly or indirectly from any breach by the Bidder of his obligation aforesaid or upon any

operation, act or omission of the bidder his Sub-contractor(s) or agent(s) or servant(s).

b The Bidder's liabilities under Clause (a) and otherwise under the Contract shall remain

unimpaired notwithstanding the existence of any storage cum erection or other insurance

covering any risk, damage, loss or liability for which the Bidder is liable to the Owner in

terms of the foregoing Sub-Clause or otherwise and / or in respect of which the Bidder has

indemnified the Owner with the intent that notwithstanding the existence of such

insurance, the Bidder shall be and remain fully liable for all liabilities and obligations under

the contract and indemnified to the Owner, and the Owner shall not be obliged to seek

recourse under such policy(ies) in preference to recourse against the Bidder or otherwise to

exhaust any other remedy in preference to the remedies available to in under the Contracth

prior written approval of SSCDL. However, even if the work is sub-contracted / outsourced,

the sole responsibility of the work shall lie with the SI. The SI shall be held responsible for

any delay/error/non-compliance etc. of its sub-contracted vendor. The details of the sub-

contracting agreements (if any) between both the parties would be required to be submitted

to SSCDL.

19. Data Ownership

All the data created as the part of the project shall be owned by SSCDL. The SI shall take utmost

care in maintaining security, confidentiality and backup of this data. Access to the data /

systems shall be given by the SI only as per the IT Security Policy, approved by SSCDL. SSCDL

/ its authorized representative(s) shall conduct periodic / surprise security reviews and audits,

to ensure the compliance by the SI Vendor to data / system security.

20. Intellectual Property Rights

(A) For the customized solution developed for the project, IPR of the solution would belong

exclusively to the SSCDL. The SI shall transfer the source code to SSCDL at the stage of

successful implementation of the respective smart element. SI shall also submit all the

necessary instructions for incorporating any modification / changes in the software and its

compilation into executable / installable product. SSCDL may permit the SI, right to use

the customized software for any similar project being executed by the same SI, with

payment of reasonable royalty to SSCDL for the same.

(B) Deliverables provided to SSCDL by System Integrator during the course of its performance

under this Agreement, all rights, title and interest in and to such Deliverables, shall, as

between System Integrator and SSCDL, immediately upon creation, vest in SSCDL. To the

extent that the System Integrator Proprietary Information is incorporated within the

Deliverables, System Integrator and its employees engaged hereby grant to SSCDL a

worldwide, perpetual, irrevocable, non-exclusive, transferable, paid-up right and license to

Page 259: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 259 of 273

use, copy, modify (or have modified), use and copy derivative works for the benefit of and

internal use of SSCDL.

21. Fraud and Corruption

SSCDL requires that SI must observe the highest standards of ethics during the execution

of the contract. In pursuance of this policy, SSCDL defines, for the purpose of this provision,

the terms set forth as follows:

a. “Corrupt practice” means the offering, giving, receiving or soliciting of anything of value

to influence the action of SSCDL in contract executions.

b. "Fraudulent practice" means a mis-presentation of facts, in order to influence a

procurement process or the execution of a contract, to SSCDL, and includes collusive

practice among bidders (prior to or after Proposal submission) designed to establish

Proposal prices at artificially high or non-competitive levels and to deprive SSCDL of the

benefits of free and open competition.

c. “Unfair trade practices” means supply of services different from what is ordered on, or

change in the Scope of Work which is given by the SSCDL in RFP.

d. “Coercive Practices” means harming or threatening to harm, directly or indirectly,

persons or their property to influence their participation in the execution of contract.

If it is noticed that the SI has indulged into the Corrupt / Fraudulent / Unfair / Coercive

practices, it will be a sufficient ground for SSCDL for termination of the contract and

initiate black-listing of the vendor.

22. Exit Management

(i) Exit Management Purpose

This clause sets out the provisions, which will apply during Exit Management period.

The Parties shall ensure that their respective associated entities carry out their

respective obligations set out in this Exit Management Clause.

The exit management period starts, in case of expiry of contract, at least 6 months prior

to the date when the contract comes to an end or in case of termination of contract, on

the date when the notice of termination is sent to the SI. The exit management period

ends on the date agreed upon by the SSCDL or Six months after the beginning of the exit

management period, whichever is earlier.

(ii) Confidential Information, Security and Data

Systems Integrator will promptly on the commencement of the exit management period,

supply to the SSCDL or its nominated agencies the following:

a) Information relating to the current services rendered and performance data relating

to the performance of the services; Documentation relating to Surveillance Project,

Project’s Intellectual Property Rights; any other data and confidential information

related to the Project;

Page 260: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 260 of 273

b) Project data as is reasonably required for purposes of the Project or for transitioning

of the services to its Replacing Successful Bidder in a readily available format.

c) All other information (including but not limited to documents, records and

agreements) relating to the services reasonably necessary to enable the SSCDL and

its nominated agencies, or its Replacing Vendor to carry out due diligence in order to

transition the provision of the Services to SSCDL or its nominated agencies, or its

Replacing Vendor (as the case may be).

(iii) Employees

Promptly on reasonable request at any time during the exit management period, the

Successful Bidder shall, subject to applicable laws, restraints and regulations (including

in particular those relating to privacy) provide to SSCDL a list of all employees (with job

titles and communication address) of the Successful Bidder, dedicated to providing the

services at the commencement of the exit management period; To the extent that any

Transfer Regulation does not apply to any employee of the Successful Bidder, SSCDL or

Replacing Vendor may make an offer of contract for services to such employee of the

Successful Bidder and the Successful Bidder shall not enforce or impose any contractual

provision that would prevent any such employee from being hired by the SSCDL or any

Replacing Vendor.

(iv) Rights of Access to Information

At any time during the exit management period, the Successful Bidder will be obliged to

provide an access of information to SSCDL and / or any Replacing Vendor in order to

make an inventory of the Assets (including hardware / Software / Active / passive),

documentations, manuals, catalogs, archive data, Live data, policy documents or any

other material related to the Surveillance Project.

(v) Exit Management Plan

Successful Bidder shall provide SSCDL with a recommended exit management plan

("Exit Management Plan") within 90 days of signing of the contract, which shall deal

with at least the following aspects of exit management in relation to the SLA as a whole

and in relation to the Project Implementation, the Operation and Management SLA and

Scope of work definition.

a) A detailed program of the transfer process that could be used in conjunction with a

Replacement Vendor including details of the means to be used to ensure continuing

provision of the services throughout the transfer process or until the cessation of the

services and of the management structure to be used during the transfer;

b) Plans for the communication with such of the Successful Bidder, staff, suppliers,

customers and any related third party as are necessary to avoid any material

detrimental impact on Project’s operations as a result of undertaking the transfer;

c) Plans for provision of contingent support to the Surveillance Project and

Replacement Vendor for a reasonable period (minimum one month) after transfer.

Page 261: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 261 of 273

d) Successful Bidder shall re-draft the Exit Management Plan annually to ensure that

it is kept relevant and up to date.

e) Each Exit Management Plan shall be presented by the Successful Bidder to and

approved by SSCDL or its nominated agencies.

f) The terms of payment as stated in the Terms of Payment Schedule include the costs

of the Successful Bidder complying with its obligations under this Schedule.

g) During the exit management period, the Successful Bidder shall use its best efforts

to deliver the services.

h) Payments during the Exit Management period shall be made in accordance with the

Terms of Payment Schedule.

(vi) Transfer Cost

On premature termination of the contract for reasons other than those mentioned in

section 23.a (Termination for Default), the Successful Bidder shall be paid the

depreciated book value of the infrastructure cost and the other assets (as per the Asset

Register). The depreciation rates and method followed will be as per Income Tax Rules.

Note: Amount to be payable by SI on premature termination of contract =

Pending amount to be paid against services delivered + Depreciated Book Value of the

Assets as per Income Tax Rules – Applicable Penalty / Liquidated Damages

23. Termination of Contract

SSCDL may, without prejudice to any other remedy under this Contract and applicable law,

reserves the right to terminate for breach of contract by providing a written notice of 30 days

stating the reason for default to the SI and as it deems fit, terminate the contract either in whole

or in part:

If the SI fails to deliver any or all of the project requirements / operationalization / go-live

of the project within the time frame specified in the contract; or

If the SI fails to perform any other obligation(s) under the contract.

Prior to providing a notice of termination to the SI, SSCDL shall provide the SI with a written

notice of 30 days instructing the SI to cure any breach/ default of the Contract, if SSCDL is of the

view that the breach may be rectified.

On failure of the SI to rectify such breach within 30 days, SSCDL may terminate the contract by

providing a written notice of 30 days to the SI, provided that such termination will not prejudice

or affect any right of action or remedy which has accrued or will accrue thereafter to SSCDL. In

such event the SI shall be liable for penalty/liquidated damages imposed by the SSCDL. The

performance Guarantee shall be forfeited by the SSCDL

Consequences of Termination

Page 262: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 262 of 273

In the event of termination of this contract, SSCDL is entitled to impose any such obligations and

conditions and issue any clarifications as may be necessary to ensure an efficient transition and

effective continuity of the services which the SI shall be obliged to comply with and take all

available steps to minimize the loss resulting from that termination/ breach, and further allow

and provide all such assistance to SSCDL and/ or succeeding vendor, as may be required, to take

over the obligations of the SI in relation to the execution / continued execution of the

requirements of this contract.

Plans and drawings

All plans, drawings, specifications, designs, reports and other documents prepared by the Vendor

in the execution of the contract shall become and remain the property of SSCDL and before

termination or expiration of this contract the SI shall deliver all such documents, prepared under

this contract along with a detailed inventory thereof, to SSCDL.

24. Miscellaneous

a) Confidentiality

“Confidential Information" means all information including Project Data (whether in

written, oral, electronic or other format) which relates to the technical, financial and

operational affairs, business rules, citizen information, video footages, alert information,

any police department data, products, processes, data, crime / criminal secrets, design

rights, know-how and personnel of each Party and its affiliates which is disclosed to or

otherwise learned by the other Party or its consortium partners or subcontractors

(whether a Party to the contract or to the SLA) in the course of or in connection with the

contract (including without limitation such information received during negotiations,

location visits and meetings in connection with the contract or to the SLA) or pursuant to

the contract to be signed subsequently.

Except with the prior written permission of SSCDL, the Systems Integrator (including all

consortiums or partners) and its Personnel shall not disclose such confidential

information to any person or entity not expected to know such information by default of

being associated with the project, nor shall the Systems Integrator and it’s Personnel make

public the recommendations formulated in the course of, or as a result of the Project.

a. The System Integrator recognizes that during the term of this Agreement, sensitive

data will be procured & made available to it, its Sub contractors & agents & others

working for or under the System Integrator. Disclosure or usage of the data by any

such recipient may constitute a breach of law applicable causing harm not only to

SSCDL / SMC whose data is used but also to its stakeholders. System Integrator, its

Subcontractors & agents are required to demonstrate utmost care, sensitivity & strict

confidentiality. Any breach of this Article will result in SSCDL & its nominees receiving

a right to seek injunctive relief & damages from the System Integrator.

Page 263: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 263 of 273

b. Each Party agrees as to any Confidential Information disclosed by a Party to this

Agreement (the "Discloser") to the other Party to this Agreement (the "Recipient") &

i. to take such steps necessary to protect the Discloser's Confidential information

from unauthorized use, reproduction & disclosure, as the Recipient takes in relation

to its own Confidential Information of the same type, but in no event less than

reasonable care;

ii. to use such Confidential Information only for the purposes of this Agreement or as

otherwise expressly permitted or expressly required by this Agreement or as

otherwise permitted by the Discloser in writing; &

iii. not, without the Discloser's prior written consent, to copy the Confidential

Information cause or allow it to be copied, directly or indirectly, in whole or in part,

except as otherwise expressly provided in this Agreement, or as required in

connection with Recipient's use as permitted under this Article, or as needed for

the purposes of this Agreement, or as needed for the purposes of this Agreement,

provided that any proprietary legends & notices (whether of the Discloser or of a

Third Party) are not removed or obscured; &

iv. Not, to disclose, transfer, publish or communicate the Confidential Information in

any manner, without the Discloser's prior written consent, to any person except as

permitted under this Agreement.

c. The restrictions of this Article shall not apply to confidential Information that:

i. is or becomes generally available to the public through no breach of this Article by

the Recipient; &

ii. Was in the recipient's possession free of any obligation of confidence prior to the

time of receipt of it by the Recipient hereunder; &

iii. Is developed by the Recipient independently of any of discloser's Confidential

Information; &

iv. Is rightfully obtained by the Recipient from third Parties authorized at that time to

make such disclosure without restriction; &

v. is identified in writing by the Discloser as no longer proprietary or confidential; or

vi. Is required to be disclosed by law, regulation or Court Order, provided that the

recipient gives prompt written notice to the Discloser of such legal & regulatory

requirement to disclose so as to allow the Discloser reasonable opportunity to

contest such disclosure.

d. to the extent that such disclosure is required for the purposes of this Agreement, either

Party may disclose Confidential Information to:

i. its employees, agents & independent contractors & to any of its affiliates & their

respective independent contractors or employees; &

ii. its professional advisors & auditors, who require access for the purposes of this

Agreement, whom the relevant Party has informed of its obligations under this

Article & in respect of whom the relevant Party has informed of its obligations under

this Article has used commercially reasonable efforts to ensure that they are

contractually obliged to keep such Confidential Information confidential on terms

Page 264: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 264 of 273

substantially the same as set forth in this Article. Either Party may also disclose

confidential Information or any entity with the other Party's prior written consent.

e. The provisions of this Article shall survive three years post expiration or any earlier

termination of this Agreement.

f. confidential Information shall be & remain the property of the Discloser & nothing in

this Article shall be construed to grant either Party any right or license with respect to

the other Party's confidential Information otherwise than as is expressly set out in this

Agreement.

g. Subject as otherwise expressly provide in this Agreement all Confidential information

in tangible or electronic form under the control of the Recipient shall either be

destroyed, erased or returned to the Discloser promptly upon the earlier of: (i) the

written request of the Disclose, or, (ii) termination or expiry of this Agreement or, in

respect of the SLAs, the termination or expiry of the SLAs. Notwithstanding the

forgoing, both Parties may retain, subject to the terms of this Article, reasonable

number of copies of the other Party's Confidential Information solely for confirmation

of compliance with the confidentiality obligations of this Agreement.

h. Neither Party is restricted by the provisions of this clause from using (including using

to provide products or perform services on behalf of third Parties) any ideas, concepts,

know-how & techniques that are related to the Recipient's employees or agents (and

not intentionally memorized for the purpose of later recording or use) (collectively, the

"residuals"). This Article shall not permit the disclosure or use by either Party or any

financial (including business plans), statistical, product, personnel or customer data or

the other Party. Each party agrees not to disclose the source of the Residuals.

i. Both Parties agree that monetary damages would not be a sufficient remedy for any

breach of this clause by the other Party & that SSCDL & system integrator, as

appropriate, shall be entitled to equitable relief, including injunction & specific

performance as a remedy for any such breach. Such remedies shall not be deemed to

be the exclusive remedies for a breach by a Party of this clause, but shall be in addition

to all other remedies available at law or equity to the damaged Party.

j. in connection with the Services, System Integrator may from time to time undertake

one or more quality assessment reviews for the purpose of improving the SSCDL

Project. In order for such reviews to be frank & candid, for the greatest benefit to both

SSCDL & System Integrator, they shall be kept confidential to the greatest extent

possible. The Parties agree that any documentation created in connection with such

quality assessment reviews shall be confidential Information of System Integrator

which is licensed to SSCDL for any internal use except that in no event shall such

documentation or the results of such reviews be discoverable or admissible (or used for

any purpose) in any arbitration or legal proceedings against System integrator related

to this Agreement or the Services.

Page 265: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 265 of 273

A Non-disclosure agreement shall be signed separately between the Systems Integrator

and SSCDL.

b) Standards of Performance

The SI shall provide the services and carry out their obligations under the Contract with

due diligence, efficiency and professionalism/ethics in accordance with generally accepted

professional standards and practices. The SI shall always act in respect of any matter

relating to this contract. The SI shall abide by all the provisions/Acts/Rules/Regulations,

Standing orders, etc. of Information Technology as prevalent in the country. The SI shall

also conform to the standards laid down by SMC or SSCDL or Government of Gujarat or

Government of India from time to time.

c) Sub Contracts

All the personnel working on the project and having access to the Servers / data should be

on payroll of the Systems Integrator. Sub-contracting / out sourcing would be allowed

only for work like

- Passive Networking & Civil Work during implementation,

- FMS staff for non- IT support during post-implementation

- Services delivered by the respective Product Vendors / OEMs

The bidder is expected to provide details of the sub-contractors for the work which is

allowed as mentioned in the clause. Use of personnel not on payroll of the SI shall be

considered as sub-contracting.

The SI shall take prior approval from SSCDL for sub-contracting any allowed work as

mentioned in clause, if not already specified in the proposal and approved by SSCDL. Such

sub-contracting shall not relieve the SI from any liability or obligation under the Contract.

The SI shall solely responsible for the work carried out by subcontracting under the

contract.

d) Care to be taken while working at Public Place

SI should follow instructions issued by concerned Competent Authority and SSCDL from

time to time for carrying out work at public places. SI should ensure that there is no

damage caused to any private or public property. In case such damage is caused, SI shall

immediately bring it to the notice of concerned organization and SSCDL in writing and

pay necessary charges towards fixing of the damage. SI should also ensure that no traffic

congestion/public inconvenience is caused while carrying out work at public places.

SI shall ensure that its employees/representatives don’t breach privacy of any citizen or

establishment during the course of execution or maintenance of the project.

e) Compliance with Labor regulations

Page 266: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 266 of 273

The SI shall pay fair and reasonable wages to the workmen employed by him, for the

contract undertaken by him and comply with the provisions set forth under the Minimum

wages Act and the Contract Labor Act 1970.

f) Independent Contractor

Nothing in this Agreement shall be construed as establishing or implying any partnership

or joint venture or employment relationship between the Parties to this Agreement.

Except as expressly stated in this Agreement nothing in this Agreement shall be deemed

to constitute any Party as the agent of any other Party or authorizes either Party (i) to incur

any expenses on behalf of the other Party, (ii) to enter into any engagement or make any

representation or warranty on behalf of the other Party, (iii) to pledge the credit of or

otherwise bind or oblige the other Party, or (iv) to commit the other Party in any manner

whatsoever in each case without obtaining the other Party's prior written consent.

g) Waiver

A waiver of any provision or breach of this Agreement must be in writing and signed by

an authorized official of the Party executing the same. No such waiver shall be construed

to affect or imply a subsequent waiver of the same provision or subsequent breach of this

Agreement.

h) Notices

Any notice or other document, which may be given by either Party under this Agreement,

shall be given in writing in person or by pre-paid recorded delivery post.

In relation to a notice given under this Agreement, any such notice or other document

shall be addressed to the other Party's principal or registered office address as set out

below

SSCDL:

Chief Executive Officer

Surat Smart City Development Ltd.

115, Smart City Cell,

Surat Municipal Corporation Head Quarter

Muglisara Main Road, Surat

Tel: 0261 2277429

Fax: 0261 2277043

Systems Integrator:

__________________________

Page 267: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 267 of 273

__________________________

__________________________

__________________________

__________________________

Any notice or other document shall be deemed to have been given to the other Party when

delivered (if delivered in person) if delivered between the hours of 9.30 am and 5.30 pm

at the address of the other Party set forth above or on the next working day thereafter if

delivered outside such hours, and 7 calendar days from the date of posting (if by letter).

i) Performance Guarantee

The SI shall submit performance guarantee which is unconditional & irrevocable equal to

10% of the order value of the contract in the format prescribed in RFP issued by any of the

Nationalized Banks Only. The performance guarantee shall be valid for the term

agreement & shall be renewed & maintained by the SI for the term of the agreement &

extension, if any. The performance guarantee shall be forfeited / liquidated by the SSCDL

as a penalty in the event of failure to complete obligations or breach of any of the

conditions by the SI.

j) Personnel/Employees

i. Personnel/employees assigned by System Integrator to perform the services shall be

employees of System Integrator or its sub-contractors, & under no circumstances will

such personnel be considered as employees of SSCDL. System Integrator shall have

the sole responsibility for supervision & control of its personnel & for payment of such

personnel's employee's entire compensation, including salary, legal deductions

withholding of income taxes & social security taxes, worker's compensation, employee

& disability benefits & the like & shall be responsible for all employer obligations under

all laws as applicable from time to time. The SSCDL shall not be responsible for the

above issues concerning to personnel of System Integrator.

ii. System Integrator shall use its best efforts to ensure that sufficient System Integrator

personnel are employed to perform the Services, & that, such personnel have

appropriate qualifications to perform the Services. SSCDL or its nominated agencies

shall have the right to require the removal or replacement of any system Integrator

personnel performing work under this Agreement. In the event that SSCDL requests

that any System Integrator personnel be replaced, the substitution of such personnel

shall be accomplished pursuant to a mutually agreed upon schedule & upon clearance

of the personnel based on profile review & upon schedule & upon clearance of the

personnel based on profile review & personal interview by SSCDL or its nominated

agencies, within not later than 30 working days. System Integrator shall depute quality

team for the project & as per requirements, SSCDL shall have the right to ask System

Integrator to change the team.

Page 268: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 268 of 273

iii. Management (Regional Head / VP level officer) of System Integrator needs to be

involved in the project monitoring & should attend the review meeting atleast once in

a month.

iv. The profiles of resources proposed by System Integrator in the technical proposal,

which are considered for Technical bid evaluation, shall be construed as 'Key

Personnel' & the System Integrator shall not remove such personnel without the prior

written consent of SSCDL. For any changes to the proposed resources, System

Integrator shall provide equivalent or better resources (in terms of qualification &

experience) in consultation with SSCDL.

v. Except as stated in this clause, nothing in this Agreement will limit the ability of System

Integrator freely to assign or reassign its employees; provided that System Integrator

shall be responsible, at its expense, for transferring all appropriate knowledge from

personnel being replaced to their replacements. SSCDL shall have the right to review

& approve System Integrator's plan for any such knowledge transfer. System

Integrator shall maintain the same standards for skills & professionalism among

replacement personnel as in personnel being replaced.

vi. Each Party shall be responsible for the performance of all its obligations under this

Agreement & shall be liable for the acts & omissions of its employees & agents in

connection therewith.

k) Variations & Further Assurance

a. No amendment, variation or other change to this Agreement or the SLAs shall be valid

unless made in writing & signed by the duly authorized representatives of the Parties

to this Agreement.

b. Each Party to this Agreement or the SLAs agree to enter into or execute, without

limitation, whatever other agreement, document, consent & waiver & to do all other

things which shall or may be reasonably required to complete & deliver the obligations

set out in the Agreement or the SLAs.

l) Severability & Waiver

a. if any provision of this Agreement or the SLAs, or any part thereof, shall be found by

any court or administrative body of competent jurisdiction to be illegal, invalid or

unenforceable the illegality, invalidity or unenforceability of such provision or part

provision shall not affect the other provisions of this Agreement or the SLAs or the

remainder of the provisions in question which shall remain in full force & effect. The

relevant Parties shall negotiate in good faith in order to agree to substitute any illegal,

invalid or unenforceable provision with a valid & enforceable provision which achieves

to the greatest extent possible the economic, legal & commercial objectives of the

illegal, invalid or unenforceable provision or part provision within 7 working days.

b. No failure to exercise or enforce & no delay in exercising or enforcing on the part of

either Party to this Agreement or the SLAs of any right, remedy or provision of this

Agreement or the SLAs shall operate as a waiver of such right, remedy or provision in

any future application nor shall any single or partial exercise or enforcement of any

Page 269: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 269 of 273

right, remedy or provision preclude any other or further exercise or enforcement of any

other right, remedy or provision.

m) Entire Agreement

This MSA, the SLAs & all schedules appended thereto & the contents & specifications of

the of the RFP subsequent corrigenda issued thereon & clarification (undertakings)

accepted by the SSCDL constitute the entire agreement between the Parties with respect

to their subject matter.

n) Survivability

The termination or expiry of this Agreement or the SLAs for any reason shall not affect or

prejudice any terms of this Agreement, or the rights of the Parties under them which are

either expressly of by implication intended to come into effect or continue in effect after

such expiry or termination.

o) The stamp duty payable for the contract shall be borne by the Systems Integrator.

p) Deliverables will be deemed to be accepted by SSCDL if no communication from the

department is made to the SI after 30 days of delivery, provided the delivery is made to

the designated officer and clearly highlighted in at least 3 weekly project progress reports

25. Applicable Law

The contract shall be governed by the laws and procedures prescribed by the Laws prevailing

and in force in India, within the framework of applicable legislation and enactment made from

time to time concerning such commercial dealings/processing. All legal disputes are subject

to the jurisdiction of Surat courts only.

IN WITNESS WHEREOF the common seal of the Company has been hereinto affixed in the

presence of CEO /Director/GM (IT) of the Company has hereinto set their hands and sealed and

signature of the System Integrator has been herein affixed this day and year above written.

Signed, sealed and delivered by ______________________ in the presence of:

Witnesses:

(1)_____________

(2)_____________

Page 270: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 270 of 273

___________________________

Deputy General Manager

Surat Smart City Development Ltd.

________________________

Signed, sealed and delivered

Name & Designation --------------------------

For and on behalf of the “Systems Integrator”,

__________________________________

Chief Executive Officer

Surat Smart City Development Ltd

The common seal of the Company was affixed on the...........day of month of………….........2018 in

presence of (1) and (2) members of the Project Committee of the Company.

(1)_______________

(2)_______________

(Any two members of the Project Management Committee of Surat Smart City Development Ltd.

Attachments to the Agreement:

1) Scope of Services for the Systems Integrator (Annexure I)

2) Detail Commercial proposal of the Systems Integrator accepted by SSCDL (Annexure II)

3) SLA to be adhered by the Systems Integrator (Annexure III)

4) Corrigendum Document published by SSCDL subsequent to the RFP for this work (Annexure

IV)

5) RFP Document of SSCDL for this work (Annexure V)

6) LoI issued by the SSCDL to the successful bidder (Annexure VI)

The successful bidder’s “Technical Proposal” and “Commercial Proposal” submitted in response to

the RFP (Annexure VII)

Page 271: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 271 of 273

20 Annexure VIII - Format for Performance Bank

Guarantee

<< To be printed on Rs. 100/- Stamp Paper >>

IN CONSIDERATION OF bid document submitted by_____________ Through ____________ for ______________ SURAT Smart City Development Ltd (SSCDL) for Selection of Agency for Setting up Integrated Command and Control Center in Surat City (hereinafter referred to as the “said work”) on the terms and conditions of the AGREEMENT dated the ____________day of ____________ 2018 executed between SSCDL on the one part and ___________________ (the Company) on the other part (hereinafter referred to as “the said AGREEMENT) and on the terms and conditions specified in the Contract, Form of Offer and Form of acceptance of Offer, true and complete copies of the offer submitted by the Company, the said Acceptance of Offer and copy of the said AGREEMENT are annexed hereto.

The Company has agreed to furnish SSCDL in Guarantee of the Nationalized Bank for the

sum of Rs. <(PBG Amount in Word and Figure)> only which shall be the Security Deposit

for the due performance of the terms covenants and conditions of the said AGREEMENT.

We <Name of the Bank> Bank Registered in India under Act and having one of our Local

Head Office at <Address of the Bank> do hereby guarantee to SSCDL.

i. Due performance and observances by the Company of the terms covenants and

conditions on the part of the Company contained in the said AGREEMENT, AND

ii. Due and punctual payment by the Company to SSCDL of all sum of money, losses,

damages, costs, charges, penalties and expenses that may become due or payable to

SSCDL by or from the Company by reason of or in consequence of any breach, non-

performance or default on the part of the Company of the terms covenants and

conditions under or in respect of the said AGREEMENT.

AND FOR THE consideration aforesaid, we do hereby undertake to pay to SSCDL on

demand without delay demur the said sum of Rs. <(PBG Amount in Word and Figure)>

only together with interest thereon at the rate prescribed under <as per RBI based lending

rate (9%)> from the date of demand till payment or such lesser sum, as may be demanded

by SSCDL from us as and by way of indemnity on account of any loss or damage caused to

or suffered by SSCDL by reason of any breach, non-performance or default by the Company

of the terms, covenants and conditions contained in the said AGREEMENT or in the due

and punctual payment of the moneys payable by the Company to SSCDL thereunder and

notwithstanding any dispute or disputes raised by the Company in any suit or proceeding

filed before the Court relating thereto our liability hereunder being absolute and

unequivocal and irrevocable AND WE do hereby agree that –

a) The guarantee herein contained shall remain in full force and effect during the

Page 272: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 272 of 273

subsistence of the said AGREEMENT and that the same will continue to be

enforceable till all the claims of SSCDL are fully paid under or by virtue of the said

AGREEMENT and its claims satisfied or discharged and till SSCDL certifies that the

terms and conditions of the said AGREEMENT have fully and properly carried out

by the Company.

b) We shall not be discharged or released from liability under this Guarantee by reason of a. any change in the Constitution of the Bank or b. any arrangement entered into between SSCDL and the Company with or

without our consent;

c. any forbearance or indulgence shown to the Company, d. any variation in the terms, covenants or conditions contained in the said

AGREEMENT; e. any time given to the Company, OR f. any other conditions or circumstances under which in a law a surety would

be discharged.

c) Our liability hereunder shall be joint and several with that of the Company as if we

were the principal debtors in respect of the said sum of Rs. <(PBG Amount in Word

and Figure)> Only.

d) We shall not revoke this guarantee during its currency except with the previous

consent of SSCDL in writing;

e) Provided always that notwithstanding anything herein contained our liabilities

under this guarantee shall be limited to the sum of Rs. <(PBG Amount in Word and

Figure)> only and shall remain in force until SSCDL certifies that the terms and

conditions of the said AGREEMENT have been fully and properly carried out by the

Company.

f) Bank hereby agrees and covenants that if at any stage default is made in payment of

any instalment or any portion thereof due to SSCDL under the said AGREEMENT

or if the Company fails to perform the said AGREEMENT or default shall be made

in fulfilling any of the terms and conditions contained in the said AGREEMENT by

the Company, the Bank shall pay to SSCDL demand without any demur, such sum

as may by demanded, not exceeding Rs. <(PBG Amount in Word and Figure)> and

that the Bank will indemnify and keep SSCDL indemnified against all the losses

pursuant to the said AGREEMENT and default on the part of the Company. The

decision of SSCDL that the default has been committed by the Company shall be

conclusive and final and shall be binding on the Bank/Guarantor. Similarly, the

decision of SSCDL as regards the Agreement due and payable by the Company shall

be final and conclusive and binding on the Bank /Guarantor.

g) SSCDL shall have the fullest liberty and the Bank hereby gives its consent without

Page 273: RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid ... · RFP No.: SSCDL-ICCC-RFP-01-2019 Last date for Price Bid Submission: 08.04.2019 Invited by Surat Smart City Development

Issued by Surat Smart City Development Ltd Page 273 of 273

any way affecting this guarantee and discharging the Bank/Guarantor from its

liability hereunder, to vary or modify the said AGREEMENT or any terms thereof or

grant any extension of time or any facility or indulgence to the Company and

Guarantee shall not be released by reason of any time facility or indulgence being

given to the Company or any forbearance act or omission on the part of SSCDL or by

any other matter or think whatsoever which under the law, relating to sureties so

releasing the guarantor and the Guarantor hereby waives all suretyship and other

rights which it might otherwise be entitled to enforce.

h) That the absence of powers on the part of the Company or SSCDL to enter into or

execute the said AGREEMENT or any irregularity in the exercise of such power or

invalidity of the said AGREEMENT for any reason whatsoever shall not affect the

liability of the Guarantor/Bank and binding on the bank notwithstanding any

abnormality or irregularity,

i) The Guarantor agrees and declares that for enforcing this Guarantee by <SSCDL>

against it, the Courts at Surat only shall have exclusive jurisdiction and the

Guarantor hereby submits to the same

1…………………………………………………………….

2…………………………………………………………….

Being respectively the <Branch Manager of the Bank>, who in token thereof, has

hereto set his respective hands in the presence of –

1……………………………………………………………. 2…………………………………………………………….